Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 02, 2011 FBO #3630
SOURCES SOUGHT

58 -- Market Research, Guardian Eagle Systems Hardware, Software Engineering, Upgrade, Analysis and Support Services.

Notice Date
10/31/2011
 
Notice Type
Sources Sought
 
NAICS
541330 — Engineering Services
 
Contracting Office
ACC-APG (C4ISR), HQ CECOM CONTRACTING CENTER, 6001 COMBAT DRIVE, ABERDEEN PROVING GROU, MD 21005-1846
 
ZIP Code
21005-1846
 
Solicitation Number
W15P7T-12-R-C003
 
Response Due
11/7/2011
 
Archive Date
1/6/2012
 
Point of Contact
Selina Cardy, 443-861-4773
 
E-Mail Address
ACC-APG (C4ISR)
(selina.r.cardy.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
THIS IS A REQUEST FOR INFORMATION ONLY. The US Army Project Manager Airborne Reconnaissance and Exploitation Systems (PM, ARES), in support of Product Director, Aerial Intelligence, Surveillance, Reconnaissance (PD, AISR) is conducting a market survey to identify additional capable firms and products to expand the current Guardian Eagle, X-Midas based system, to address system capability growth, changes in the threat environment, obsolescence recovery, as well as reduction in size, weight, power consumption, and increased capability while maintaining a highly integrated functionality and reliability within the Guardrail Common Sensor Systems (GRCS). To perform this type of effort, replying firms are required to have a US Top Secret Facility Clearance with TS/SCI Safeguarding approvals to match the performance requirements. This RFI is issued solely for information and planning purposes only as defined in FAR 15.201(e) to obtain comments on preliminary requirement specifications - it does not constitute a Request for Proposal (RFP) or a promise to issue an RFP in the future. The lack of the submission of data at this time will not eliminate any firms' participation in the future competition, if such a competitive contract is assessed as possible by the Government through its evaluation of information obtained though this market research. Presently, the only known source is ZETA Associates, Fairfax Virginia. The specific requirements for which respondents must demonstrate their capability to perform are: 1) Maintain the current suite of X-Midas software applications in the GRCS systems and develop and integrate new signal exploitation capabilities for traditional and non-traditional communication signals. Specifically, the development of advanced X-Midas applications and/or modifications to existing software baseline applications to meet the requirements for the exploitation of new Signals of Interest (SOIs) and to improve the existing Guardian Eagle software baseline; 2) Develop, integrate and maintain the current test mission management tools that support Mission Tasking, Mission Execution and Post Mission Operations; 3) Perform operational testing to evaluate and characterize the performance parameters of new or modified software applications as well as characterizing the performance of the cooperative precision geo-location capabilities in the X-Midas applications on the Guardrail Modernization Aircraft; 4) Provide continued support to the current Guardian Eagle program for GRCS Systems which includes X-Midas hardware and software Block Upgrades at regular intervals to maintain effectiveness and relevance; 5) Sustain the systems through Depot maintenance and spares procurement and Direct Support (troubleshooting, operational planning and operator training) through the use of highly skilled Field Support Representatives to ensure 90% operational availability across the fleet; 6) Provide expedited hardware upgrades fleet-wide as Government approved changes occur. Contractor may be required to modify airborne X-Midas "B" kits which fit existing rack space. Each "B" kit includes box level hardware capable of running existing Guardian Eagle software and which increases the operational capabilities, reliability and utility of the Guardian Eagle system as an integrated part of GRCS, while fully meeting EMI/EMC/TEMPEST/Explosive Atmosphere, and factors necessary to meet safety of flight requirements; 7) Provide technical assistance, to include an unclassified test of program software, to the Systems Integrator (contractor or Government) to ensure synergistic integration with other Airborne Relay Facility systems and the GRCS as a unified entity; 8) Build and deliver test systems to include Built in Test (BIT) to support field operations and determination of operational status and troubleshoot the full Guardian Eagle capabilities; 9) Plan and execute the installation, integration and testing activities at the following locations: Lakehurst Naval Air Station (LNAS)., Northrop Grumman Mission Systems, Systems Integration Laboratory, Sacramento, CA., Hunter Army Air Field GA., Ft. Hood, TX., Wiesbaden, GE., Seoul, South Korea, Kunia, Hawaii, and other potentially deployed locations world-wide. Other coordination actions may be required at the PD AISR offices at Aberdeen Proving Ground, Maryland; 10) Provide upgraded fully configured Application Servers for use in both the Guardrail Ground Baseline (GGB) shelter and the Garrison Mission Operations Facility (MOF) Locations. This server must be able to perform all the functions of previous Guardian Eagle X-Midas Application Servers and be able to network to any of the Government Furnished Equipment workstations to support integration and test activities as part of the GGB team; 11) Ensure the Information Security aspects of hardware and software design, production and documentation meet regulatory requirements to support systems accreditation for operations with intelligence networks. To be given consideration as an additional capable entity, the repondent must be able to perform all of the stated requirements outlined above. Responses are to be received no later than 5:00 P.M. EST, on the closing date of this announcement. Questions of a technical nature should be directed to the technical point of contact regarding this Market Research: Mr. Matthew Perry at e-mail Matthew.J.Perry26.civ@mail.mil. Market Research responses must be UNCLASSIFIED and sent via e-mail to the technical point of contact and the research manager: Mr. Daniel J. Sullivan at e-mail Daniel.J.Sullivan166.ctr@mqail.mil, no later than 7 November 2011. This sources sought notice is not to be construed as a commitment by the Government, nor will the Government pay for any information solicited. The file name of the electronically submitted information shall begin with the Market Research Control Number (W15P7T-12-R-C003) followed by the submitting firms CAGE Code, and "Part 1 of "X" Parts", if the submission is transmitted in multiple parts. There is a 5MB email limit. This file name convention will assist the Government in ensuring recognition of the intent of the information and the completeness of each submission.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/9f53087f177dadad18468ccca34456f5)
 
Place of Performance
Address: ACC-APG (C4ISR) HQ CECOM CONTRACTING CENTER, 6001 COMBAT DRIVE ABERDEEN PROVING GROU MD
Zip Code: 21005-1846
 
Record
SN02615427-W 20111102/111031234322-9f53087f177dadad18468ccca34456f5 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.