Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 08, 2011 FBO #3666
MODIFICATION

10 -- Industry Day - Please see below for Statement of Objectives (SOO) and Industry Day Package. Please review SOO prior registration.

Notice Date
12/6/2011
 
Notice Type
Modification/Amendment
 
NAICS
811213 — Communication Equipment Repair and Maintenance
 
Contracting Office
ACC-APG (C4ISR), HQ CECOM CONTRACTING CENTER, 6001 COMBAT DRIVE, ABERDEEN PROVING GROU, MD 21005-1846
 
ZIP Code
21005-1846
 
Solicitation Number
W15P7T11RB205
 
Archive Date
12/5/2012
 
Point of Contact
Nina Bushnell, 443-861-4966
 
E-Mail Address
ACC-APG (C4ISR)
(nina.m.bushnell.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
U.S. Army Warfighter Information Network-Tactical (WIN-T) Increment 1 (INC 1) Sustainment Statement of Objectives (SOO) * Draft * 1.0BACKGROUND/PURPOSE The Warfighter Information Network-Tactical (WIN-T) is the Army's current tactical network that provides on-the-move, high-speed, high-capacity mobile communication, linking tactical ground units with commands and the Global Information Grid (GIG), and DOD's worldwide network-centric information systems. This Draft SOO is for the sustainment of WIN-T Increment 1. WIN-T Inc 1 is currently supported through Interim Contractor Logistics (ICS) Support by a two level maintenance concept that includes field and depot level maintenance. The Army intends to transition from the current ICS sustainment strategy to a Performance Based Logistics (PBL) Support Strategy (SS). The WIN-T Inc 1 PBL SS requires performance-based support for those elements listed under scope and provides the best value to the Army. The overarching objective is to reduce total ownership cost without degrading current system readiness and reliability for both peace and war time arenas. 2.0SCOPE/MISSION The scope of acquisition defined by this Draft SOO is to acquire a single prime contractor for Product Support Provider (PSP) services to sustain Increment 1 throughout the period of performance referenced in Section 3.0. Sustainment activities include: (1) Program Management of the contract, Engineering and Test Support; (2) Field Service Support; (3) Modification Work Orders (MWO) Implementation; (4) Software Integration; (5) PBL Supply Support of Class IX CECOM (B16) Spare Parts; (6) Packaging, Handling, Shipping and Transportation (PHS&T) to CONUS and OCONUS locations; (7) Reset and Depot Level Overhaul, and; (8) Configuration Management. This Draft SOO applies to all versions of Inc 1/JNN system (Spiral 1 to Lot 14) including the LRUs/SRUs installed on WIN-T Inc 1 systems. The list of nomenclatures of included systems is contained in Attachment I - WIN-T Inc 1 Systems Listing. A separate list of equipment for which PBL Supply Support of Class IX items is applicable (hereafter referred to as CECOM Equipment (CE)) will be provided when the final SOO is released as part of a complete RFP package. It is anticipated that the Inc 1 sustainment contract will be an IDIQ that includes cost type and firm fixed price (FFP) line items. 3.0PERIOD AND PLACE OF PERFORMANCE It is anticipated that the Contract will provide for up to a 5 year period of performance. The Contractor shall perform the work under this contract at the Contractor's facility; CONUS locations; OCONUS locations including Guam, Korea, Germany, Puerto Rico, Hawaii; and at other locations approved in writing by the Contracting Officer (hereby referred to as KO). 4.0OVERARCHING CONTRACT OBJECTIVES The objective is for the contractor to serve as the primary commercial Product Support Provider (PSP) to the Government who retains the roles as Product Support Integrator (PSI). Interim Program Reviews (IPRs) that cover both the engineering and logistics services shall be held quarterly at the Contractor's facility. Key objectives necessary to meet contract goals are listed below. The contractor's proposal must identify how it will help the Government achieve these objectives. It is proposed that the performance based support provided by this sustainment contract be performed in three distinct phases; Phase I, Transition; Phase II, Full PBL Implementation; and Phase III, Contract Exit. 4.1 -PHASE I, TRANSITION 4.2 -- PHASE II, FULL PBL IMPLEMENTATION 4.3-- PHASE III, CONTRACT EXIT Overarching Engineering Objectives The objective is for the contractor to provide the HW and SW engineering support services required to maintain the WIN-T Inc 1 fielded baseline as well as implementing WIN-T Increment 1 system changes and equipment updates. These services shall include reconfiguration of system or equipment, updates of systems to satisfy new deployment requirements, updates to technical documentation and implementation of Modification Work Orders (MWO). The contractor shall be required to provide modification services performed in either the contractor's facilities or at Government provided sites. Additionally, IA accreditation maintenance service is required during Software Integration in order to maintain the Certificate and Accreditation products & services necessary for the system. It is anticipated that the efforts related to the Engineering Objectives shall be provided to the Government on a cost reimbursable basis. The following engineering support services are required to sustain the WIN-T Inc1 system during the period of performance. System Engineering and Integration: The contractor shall provide system engineering, network architecture engineering, integration, installation and assembly, and analysis services. These services shall include providing network and system design, development and implementation of system configurations, analysis, fabrication, installation, modeling, simulation and integration tasks, and preparation of engineering data to evolve and integrate technical capabilities as required. Software: The contractor shall integrate software into the system baseline and be responsible for the upgrades and/or replacement, integration, and testing of the newly integrated software versions, and ensure proper interoperability of all of these components, after which the software and documentation shall be delivered to the Government for Post Production Software Support (PPSS). Support of Government Testing: The contractor shall provide technical management and test engineering personnel to support test events as ordered by the Government. These test events can be for the purpose of user tests, interoperability test, certification testing, technical tests, validation exercises and other exercises as needed. These services can be ordered for CONUS and OCONUS locations. Contractor Field Support: The contractor shall provide Contractor Field Service Representatives (CFSRs) as required. CFSRs shall be available in CONUS and OCONUS locations and for deployment into war zones and areas of conflict. CFSRs shall provide engineering support, maintenance and logistics support, and training support to the user community. The contractor shall ensure that contractor field support meet the following response times: a. For deployed units or units undergoing exercises (e.g., National Training Center) with a co-located CFSR, the CFSR must be available within 30 minutes of notification that on-site support is required. b. For deployed units or units undergoing exercises (e.g., National Training Center) without a co-located CFSR, the CFSR must be available for transportation to the unit location within 2 hours of notification that on-site support is required. c. For non-deployed units, the CFSR must be available on-site within 24 hours of notification that on-site support is required. Technical Manuals / Electronic Technical Manuals (TM/ETM): The contractor shall develop, update and maintain all TMs, ETMs, and Quick Reference Guides (QRG) as required. The Government will provide existing TM/ETMs that may require updates as GFE and/or GFI. Configuration Management: The Contractor shall maintain a Configuration Management Plan as described in ANSI/EIA-649. The Contractor shall submit an Engineering Change Proposal (ECP) to the Government for changes that alter the system's hardware or software. An ECP shall be designated Class I or Class II. The Contractor shall concurrently submit the ECP to the Government chaired Configuration Control Board (CCB) for concurrence for all ECP Class designations. PM WIN-T Inc1 shall serve as the final approval authority on all ECPs. The Contractor is responsible for managing obsolescence over the entire period of the contract to ensure compliance with all performance and contract requirements. The Contractor shall develop a plan for managing the loss, or impending loss, of manufacturers or suppliers of components, assemblies, or materials used in the system. Changes considered necessary by the Contractor to ensure the continued manufacture and/or repair of the equipment shall be made in accordance with the Government approved Configuration Management Plan. Overarching Logistics Objectives The following logistics services are required to sustain the Inc 1 system for the period of performance contained in Section 3.0: Class IX Supply Support in accordance with the performance objectives contained in Section 4.2.8., Reset of Class VII items, Class VII repairs for catastrophic failures, depot level overhaul of Class VII items, configuration management, and Technical Manual Updates as required. It is anticipated that the efforts related to the Logistics Objectives will be on a firm fixed price basis for Class IX PBL Supply Support and on a cost reimbursable basis for Reset, Catastrophic Repair and Depot Level Overhaul of Class VII Items. 4.1TRANSITION PHASE OBJECTIVES (PHASE I) During Phase I, the Contractor shall put in place the infrastructure, material, and systems necessary to enable the Contractor to meet the Government's performance requirements for Phase II, the Full PBL Implementation Phase of the PBL program. The total length of Phase I shall be from the date of contract award to 6 months after the date of contract award. 4.1.1ENGINEERING PHASE I OBJECTIVES During this phase the Government shall make available the necessary configuration managed data-items reflecting the latest WIN-T Inc1 fielded baselines to support those engineering efforts described in paragraph 4.0. The Government shall make available test-bed assets for use in the contractor's facilities or at a Government-provided site as required. 4.1.2 LOGISTICS PHASE I OBJECTIVES PBL Supply Support The Contractor shall establish Electronic Data Interchange (EDI) capability in accordance with Section 4.2.10. A future listing of Wholesale Inventory Quantities of Class IX CECOM Equipment shall be provided at RFP release which will indicate (1) agreed upon quantities necessary for the performance of the contract and (2) the government's existing wholesale inventory quantities to be provided to the contractor as GFE by the government. All Government wholesale inventory assets shall be transferred to the Contractor during Phase I. Upon transfer of all the necessary assets in Army Condition Code (CC) A condition, but in no event later than three months after contract award, the contractor shall begin measuring stock availability for the Class IX CECOM Equipment. If all available assets have not been provided by that date, performance measurement exceptions may be granted by the KO until assets have been provided. Performance measurement exceptions will be granted at the discretion of the KO on an item-by-item basis. The Contractor shall submit a stock availability performance tracking format for Class IX CECOM Equipment items for Government approval. All government wholesale inventory shall be transferred to the Contractor within a mutually agreed upon time frame (objective = 60 days) after contract award and will be marked for WIN-T Inc 1 PBL Program. The Government shall retain ownership of these assets. Reset, Catastrophic Repairs and Depot Level Overhaul of Class VII Items The Contractor shall put in place the infrastructure, material, and systems necessary to enable the Contractor to meet the Government's Reset, Catastrophic Repairs and Depot Level Overhaul requirements for Phase II. 4.2FULL PBL IMPLEMENTATION OBJECTVES (PHASE II) 4.2.1 ENGINEERING PHASE II OBJECTIVES The contractor shall comply with all contract requirements pertaining to the engineering efforts described in paragraph 4.0. 4.2.2 LOGISTICS PHASE II OBJECTIVES PBL Supply Support The contractor shall stock, warehouse, and manage the wholesale inventory for Class IX items identified on the CECOM Equipment list, and deliver Condition Code A inventory to support demand requirements. The Contractor must meet the performance requirements for the supply chain as stated in Section 4.2.8., Performance Requirements. As an inherent incentive, the contractor may propose Reliability/Maintainability improvements to Class IX items on the CECOM Equipment list that will result in a reduction of requisitions/demands, as part of the firm fixed price cost for PBL supply support. Any changes to Class IX CECOM Equipment must maintain form, fit and function and shall require Government approval. See Section 4.2.11 for more information. The Contractor shall provide all outbound shipping for Condition Code A equipment to all CONUS and OCONUS activities to enable compliance with the timeframes in Section 4.2.5., Military Requisitioning/Delivery. The Contractor shall provide all piece-part material required to repair/overhaul the Equipment while complying with the objectives described in Section 4.2.2. Reset, Catastrophic Repairs and Depot Level Overhaul of Class VII Items The Contractor shall perform sustainment level Reset, Catastrophic Repairs and Depot Level Overhaul of Class VII items, as directed by the government. Reset, Catastrophic Repairs and Depot Level Overhaul of Class VII items shall not be included in the firmed fixed cost for PBL Supply Support of Class IX CECOM Equipment. 4.2.3WHOLESALE EQUIPMENT FOR PBL SUPPLY SUPPORT The Contractor shall augment the wholesale inventory quantities of the Class IX CECOM Equipment to the extent necessary to meet the performance requirements specified in Section 4.2.8. No adjustments to contract firm fixed price shall be made for the augmentation of the wholesale Equipment inventory. Any wholesale assets procured by the Contractor during this contract shall become Government property. All assets shall be maintained in a Government approved, contractor operated storage area. All piece parts required during repair of the assets shall be supplied from Contractor Furnished Material (CFM). 4.2.4CONSUMABLE PIECE PART OBJECTIVES FOR PBL SUPPLY SUPPORT The Contractor must comply with the attached Army Materiel Command (AMC) Memorandum, "Order of Preference for Utilizing Repair Parts from Various Source of Supply (SOS)." This memorandum requires the Contractor to first exhaust existing inventories at the Defense Logistics Agency (DLA) as a source of supply before seeking additional sources of supply. Any use of DLA as a source shall be a direct transaction between the Contractor and DLA, with the Contractor being directly responsible for payment to DLA. Parts acquired from DLA are considered contractor furnished property rather than Government furnished property for all purposes under the contract, including performance metrics. Although, DLA must be used as the primary source of supply IAW with the memorandum, other sources may be used and can be used to meet performance metrics IAW the memorandum. DLA's failure to perform shall not be a basis for granting relief to the Contractor from the contract performance metrics. The Contractor is solely responsible for dealing with DLA to ensure quality and timely delivery of the parts ordered. Requisition fulfillment of field level requisitions for consumable DLA items are not within the scope of this contract. 4.2.5 MILITARY STANDARD REQUISITIONING/DELIVERY FOR PBL SUPPLY SUPPORT Military Standard Requisitions for Class IX CECOM Equipment shall be delivered to the contractor via EDI. In the event EDI is not available, Government requisitions may be transmitted via other means as approved by the KO such as facsimile. Except as otherwise provided herein, Contractor shall deliver all items to the destination point identified in the requisition, in accordance with the following Customer Wait Times (CWT): Wartime CWT None > 3 Days; Peacetime CWT None >7 Days All requisitions, including backorders, shall be satisfied in accordance with the highest priority, earliest Julian date order, as required by the Uniform Material Movement and Issue Priority System (UMMIPS). 4.2.6BEYOND ECONOMICAL REPAIR (BER) FOR PBL SUPPLY SUPPORT The contractor has the authority to make all determinations that an item is beyond economical repair (BER) for Class IX CECOM Equipment. BER determinations shall not affect the Contractor's obligation to meet availability and delivery requirements. The Contractor has the authority after the unit has been condemned to utilize any parts that are deemed to be serviceable or can be repaired to a serviceable condition provided that an audit trail is maintained for traceability of each part utilized. After the Contractor is finished cannibalizing, the said unit will be dispositioned according to applicable Governmental regulations and the contractor's approved Government Property procedures 4.2.7 RETURN OF UNSERVICEABLES FOR PBL SUPPLY SUPPORT The Army is responsible for the shipping of all retrograde Class IX CECOM Equipment to the Contractor. Costs associated with the return of unserviceable Equipment to the Contractor are the responsibility of the Government. The Government shall return all unserviceable Equipment to the Contractor at an anticipated Unserviceable Return Rate (UNRR) of 75% per NIIN within a monthly average of 40 days from the requisition receipt date. The Contractor shall track unserviceable return time by a verifiable means and provide data on an as required basis. 4.2.8 PERFORMANCE REQUIREMENTS FOR PBL SUPPLY SUPPORT Stock availability is defined as the number of requisitions for Class IX CECOM Equipment delivered to CONUS and OCONUS sites within the timeframes listed in Section 4.2.5, divided by the total number of requisition received by the Contractor, expressed as a percent. The stock availability performance shall be measured based on the CONUS or OCONUS destination point. This availability performance shall be measured at quarterly intervals during Phase II in accordance with the Contractor provided Stock Availability Performance Report (see Phase I). The Contractor shall be responsible for the entire term of the contract for maintaining accurate fill rate data in a Contractor provided and managed database, which is subject to Government audit as directed by KO The Contractor's proposed stock availability performance tracking format must be submitted to the Government and be mutually agreed upon by Contractor and Government prior to the conclusion of Phase I. During Phase II, the contractor shall be responsible for maintaining stock availably at a 95% rate. The contractor shall not be granted relief from the contract performance requirement due to demand fluctuation except as follows: The forecasted OPTEMPO for WIN-T shall be provided by the Government for the period of performance of the contract. Only when the actual OPTEMPO hours for any annual period are greater or less than 10% of the projected total OPTEMPO hours, shall an equitable adjustment to the contract price be requested by either the contractor or the Government. 4.2.9REPAIR, REPLACE, OF LRU(s)/SRU(s) FOR PBL SUPPLY SUPPORT The Contractor shall make the decision to repair, and/or replace the Equipment as necessary in order to meet the contract performance requirements for Class IX CECOM Equipment. Repair piece parts used by the Contractor shall be provisioned and stocked from Contractor Furnished Material (CFM) in accordance with Section 4.2.2. The Contractor shall return any repaired unit to Condition Code A, where Condition Code A is defined as that condition where the equipment performs properly and reliably in an operational environment. To the extent the Contractor is providing a replacement LRU/SRU rather than repairing a LRU/SRU, such LRU(s)/SRU(s) shall be manufactured/supplied in accordance with the current Army approved drawings and specifications. 4.2.10 ELECTRONIC DATA INTERCHANGE FOR PBL SUPPLY SUPPORT The exchange of logistics data is required between the Contractor and CECOM to support the requisition, asset tracking and inventory reporting processes being performed in the sustainment contract. The Contractor is required to provide the application systems, business controls, and databases necessary to support the requisitioning, tracking and inventory reporting. The Contractor shall receive/send all logistics data exchanges between Contractor and CECOM using Electronic Data Interchange (EDI). All EDI transactions shall be compliant with the American National Standards Institute (ANSI) Accredited Standards Committee (ASC) X12 Versions 4010/4020 and formatted using the most recently approved DOD/Federally approved Implementation Conventions. 4.2.11 RELIABILITY/MAINTAINABILITY IMPROVEMENTS TO CECOM EQUIPMENT (FUTURE LIST OF APPLICABLE CECOM EQUIPMENT TO BE PROVIDED) As it relates to PBL supply support of the CECOM (B16) items, the inherent incentive to the Contractor shall be to reduce requisitions/demands through Reliability/Maintainability improvements. Any changes to Class IX CECOM Equipment must maintain form, fit and function, shall require Government approval and shall be subject to the Configuration Management requirements described in Section 4.0. All costs associated with contractor initiated Class I or II changes that support a reliability/maintainability improvement to reduce requisitions/demands shall only be included in the firm fixed price portion of the PBL Supply Support service. These costs include, but are not limited to: updates to Logistics Support Elements, i.e. Maintenance Plans, Technical Manuals, Quick Reference Guides, Electronic Technical Manuals, Publications, Spare Supply Files, and Test Program Set (TPS). Updates to the Logistics Support Elements shall be implemented by the Government. Government initiated Class I or Class II changes pertaining to the aforementioned Engineering Objectives, to include End of Life issues/obsolescence, technology insertions and MWOs are not within the scope of Reliability/Maintainability Improvements to CECOM items. These requirements are not considered part of the PBL Class IX supply support section and shall be executed separately. 4.3.0 CONTRACT EXIT OBJECTIVES (PHASE III) Phase III encompasses those procedures and corresponding timeframes necessary to ensure the orderly and efficient transfer of performance responsibility back to the Government upon completion or termination of the Contract, unless a follow on contract is awarded. Phase III commences upon the effective date of Phase III contract modification, or, in the event of termination for the Government's convenience or for default, upon the Contractor's receipt of a termination notice from the Government, whichever occurs first. During Phase III, the Contractor shall comply with all contract requirements and, take all precautions necessary to ensure that Army readiness is not adversely impacted, such as Operational Availability (Ao) of the system. The Contractor and the Government will make all reasonable efforts to minimize the duration of Phase III. Except in the case of a termination for the Government's convenience or for default, it is anticipated that Phase III shall run concurrently with the end of Phase II, unless otherwise directed by the KO. 4.3.1CONTRACTOR DISPOSITION OF EQUIPMENT, GFE, AND FACILITIES Within 30 days of the commencement of Phase III and at the end of year five (5) of the contract term the Contractor shall provide, at no additional cost to the Government and in writing, the current status and the projected status for the end of Phase II and Phase III of the following: Quantity and condition of any Government Furnished Property (GFP) accountable to the Contractor required to be returned to the Government during Phase III. This listing shall include Government Furnished Property (GFP), all special tooling and test equipment provided by the Government, and any other GFP and GFM. Quantity and identification of Contractor Furnished Material (CFM) available at the end of the contract. Listing of all piece parts required for repair and quantities used in the past 24 months. 4.3.2 CONTRACTOR RETURN OF WHOLESALE INVENTORY Upon direction of the KO, the Contractor shall return the entire remaining Wholesale inventory Equipment to a CONUS site to be identified by the KO. This shall be accomplished within thirty (30) days of the Government site identification or as otherwise provided for by the Exit Phase IPT schedules and milestones. Any articles received by the Contractor for repair/replacement prior to termination of the contract shall be repaired/replaced to the extent necessary to fulfill contractual requirements. The Government shall update the Automated Repairable Items List (ARIL) so that the failed Equipment is returned to the appropriate site. This shall be accomplished within 5 days of the Government site identification, or as otherwise provided for by the Exit IPT schedules and milestones. 4.3.3 EXIT PHASE IPT On or before the commencement of Phase III as directed by the KO, the Contractor and Government shall establish a joint Exit Transition Integrated Process Team (IPT). The Exit IPT shall develop the schedule and milestones for an orderly transition of the PBL Program elements to Government control, to the extent not otherwise specifically provided for in the contract. 4.3.4 GOVERNMENT FURNISHED MATERIAL/GOVERNMENT FURNISHED EQUIPMENT The Contractor shall deliver all Government Furnished Material (GFM) and all Government Furnished Equipment (GFE) and special tooling/ special test equipment (ST/STE) to the gaining repair source or other site identified by the KO, in accordance with exit IPT milestones and schedules. 4.3.5 RELIABILITY/MAINTAINABILITY IMPROVEMENTS DATA MANAGEMENT For efforts associated with Reliability and Maintainability improvements previously described in 4.2.11, the contractor shall provide to the Government all parts, materials, instructions, and configuration records necessary to incorporate any Reliability/Maintainability changes approved under this contract, to the extent that such changes have been fully implemented. The contractor shall provide the cataloging data that reflects any changes made to the part numbers and shall submit the source data for the Government to independently manage the effort formerly performed by the contractor. The contractor shall also provide updates to engineering drawings, repair procedures, and test procedures necessary for the continued support of the items covered under this contract. 5.0CONSTRAINTS Army PBL Boundaries and Constraints mandate that programs shall: (1)Be operationally executable and not infringe on the commander's ability to execute missions. (2)Comply with Army policy on contractors accompanying the force set forth in AR 715-9. (3)Maintain Total Asset Visibility (TAV) of total system to include supporting equipment and spares while providing TAV to the Army In-Transit Visibility (ITV) network. Ensure that contractors feed ITV servers with data in the required format. (4)Comply with Department of Defense (DOD) policy to use the Defense Transportation System and DOD transportation hubs where practical and where it meets the Warfighter's performance requirements. If other than the DOD distribution system is recommended, Department of the Army, Deputy Chief of Staff (DCS), G-4 through the Deputy Assistant Secretary of the Army for Acquisition Policy and Logistics (DASA (APL), shall be notified of any intent to use a different distribution system prior to the decision. (5)Use standard Army Logistics Information Systems (LIS). These include: Standard Army Maintenance System - Enhanced (SAMS-E), Unit Level Logistics System - Aviation Enterprise (ULLS-AE), Unit Level Logistics - Ground (ULLS-G), Standard Army Retail Supply System - Objective ( SARSS-O), Property Book Unit Supply Enhanced (PBUSE) and Transportation Coordinator's Automated Information for Movements System (TC AIMS). (6)Transition seamlessly to the Global Combat Support System - Army (GCSS-A) when accepted; interface completely with the Single Army Logistics Enterprise (SALE) as it develops at the business process/ operational architectural level. (7)Be compatible with emerging doctrine for sustainment operations such as two-level maintenance. Additionally, the supply chain strategy for Class IX CECOM Equipment shall be implemented seamlessly to the Soldier, completely interface with the Standard Army Management Information Systems (STAMIS) via Electronic Data Interchange (EDI), and shall meet the Army Standard Supply System (e.g. process and fill requisitions) requirements for WIN-T Inc 1 parts that are coded as Source of Supply (SOS) B16 (CECOM). All assets to support the supply chain shall be considered Government Owned, Contractor Maintained. B16 stock shall be maintained to the latest Government approved configuration and the contractor shall adjust Government stock levels in Logistics Modernization Program (LMP) via a Government approved interface. Government stock levels must be maintained via procurement or repair from the applicable Source of Repair (SOR)/Source of Supply (SOS). For repairable items, the Contractor shall accept, inventory, and coordinate the repair/replacement of unserviceable assets received from the Inventory Control Point (ICP) and shall utilize these assets as part of the available pool of stock to fill requisitions. The contractor shall meet and comply with licensing and certification requirements as required by all applicable state and federal statutes. The contractor's solution shall address federal mandates regarding business practices, including, but not limited to: the Government Paperwork Elimination Act; the Government Information Security Reform Act; the Clinger-Cohen Act; the Government Performance and Results Act; the Federal Records Act; the Computer Security Act; the Freedom of Information Act; the Disabilities Act; Section 508 of the Rehabilitation Act; and other laws and regulations specific to DOD andthe Environmental Protection Agency (EPA). 6.0GOVERNMENT DOCUMENTS 6.1Army Regulation (AR) 700-127 Integrated Logistics Support, Chapter 4 (Performance - Based Logistics Policies and Implementation), 17 July 2008. http://www.apd.army.mil/ 6.2DA Pamphlet (DRAFT) 700-XX Performance - Based Logistics Implementation Guide 6.3Title 10 USC 2383 http://www.gpoaccess.gov/cfr 6.410 USC 2460 http://www.gpoaccess.gov/uscode 6.5Title 10 USC 2464 http://www.gpoaccess.gov/uscode 6.6Title 10 USC 2466 http://www.gpoaccess.gov/uscode 6.7Title 10 USC 2469 http://www.gpoaccess.gov/cfr 6.8AMC Memo: Order of Preference for Utilizing Repair Parts Policy __________________________________________________________________________________ Warfighter Information Network-Tactical (WIN-T) Increment 1 Pre-Solicitation Conference Sponsored by PM WIN-T and CECOM LRC Pre-Solicitation Conference 15 December 2011 Bldg 3074 Dickson Hall Aberdeen Proving Ground, MD INTRODUCTION WIN-T Increment 1 (WIN-T Inc 1) is a state-of the-art Commercial off the Shelf/Government off the shelf (COTS/GOTS) communications network that enables the exchange of voice, video, and data throughout the tactical Army unit and into the sustaining base. It leverages commercial satellite technology to provide beyond line of site capabilities and commercial internet networking technology to increase functionality and efficiency while reducing size, weight and power. WIN-T Increment 1 components reside at the Theater, Corps, Division, Brigade and Battalion levels and provide interfaces to lower level systems including on the move and soldier platforms. WIN-T Inc 1 is currently supported through Interim Contractor Logistics (ICS) support by a two level maintenance concept that includes field and depot level maintenance. The Army intends to transition from the current ICS sustainment strategy to a Performance Based Logistics (PBL) Support Strategy (SS). The WIN-T Inc 1 PBL SS requires performance-based support for those elements listed under scope and provides the best value to the Army. The overarching objective is to reduce total ownership cost without degrading current system readiness and reliability for both peace and war time arenas. This Draft Statement of Objectives (SOO) for the WIN-T Inc 1 PBL program reflects current Army policies and practices allowing offerors to propose and price a solution to known requirements. To initiate this acquisition, Product Manager WIN-T (PM WIN-T) and the CECOM Logistics and Readiness Center (CECOM LRC) will host a "Pre-Solicitation Conference" on 15 December 2011. The "Pre-Solicitation Conference" session will focus on specific acquisition and technical details with respect to current WIN-T Increment 1 requirements and future planning. Scope - The scope of acquisition is to acquire a single prime contractor for Product Support Provider (PSP) services needed to sustain the WIN-T Inc 1 program throughout an anticipated 5-year period of performance. Sustainment activities include: Program Management of the contract, Engineering and Test Support Field Service Support Modification Work Orders (MWO) Implementation Software Integration PBL Supply Support of Class IX CECOM (B16) Spare Parts Packaging, Handling, Shipping and Transportation (PHS&T) to CONUS and OCONUS locations Reset and Depot Level Overhaul of Class VII Items Configuration Management Objectives - The purpose of the Win-T INC 1 Sustainment Pre-Solicitation Conference is to facilitate open information exchange so that the Government can incorporate smart ideas into the upcoming solicitation process. The primary objectives of the Pre-Solicitation Conference are to: Identify key Industry partners that can sustain the WIN-T Inc 1 program as the single prime contractor, over an anticipated 5-year period of performance; Provide Industry with current information regarding the WIN-T Inc 1 sustainment requirements, to include both Engineering and Logistics; Provide Industry details/receive feedback on the overall WIN-T INC 1 acquisition approach; Discuss technical approaches and Industry recommendations; and Lay the groundwork to establish an effective mechanism for continuous information exchange Expected Outcome - The overall expected outcome of this acquisition is to acquire the best means of support to the Warfighter, as it relates to the WIN-T Inc 1 program. Contributing factors to that outcome include: The Target is Competition - Promotion of a Healthy Industrial Base Demonstrated Performance on PBL Sustainment efforts Design for a feasible Technical Solution Program Affordability - Reduction of total ownership costs and Balance Performance Reliability and Sustainment Schedule - Six month transition after award DRAFT AGENDA A draft agenda is provided below. None of the following items are permitted in the auditorium during the Pre-Solicitation Conference: laptops, cell phones, pagers, PDAs, or other electronic devices. There will be "no exceptions" to this policy. 15 December 2011 TIMETOPIC PRESENTER 0800 - 0830 Check-In ALL 0830 - 0840Welcoming & Administrative Remarks Diane Hample, Contracting Officer 0840 - 0940 Keynote Address LTC Jason Shepard, PDM WIN-T INC 1 0940 - 1040Technical Requirements Tom Keane, Chief WIN-T INC 1 PSI 1040 - 1100Solicitation Discussion Diane Hample, Contracting Officer 1100 - 1130Question and Answer SessionALL 1130 - 1300No Host LUNCHALL 1300 - 1800One-on-One DiscussionsBy Appointment Dickson Hall NOTE: Immediately following lunch, the Government will conduct one-on-one sessions with those from industry that sign up to participate. The one-on-one sessions are scheduled to begin at 1300 however, based upon the length of the briefing and the question/answer period; the start time for the one-on-ones may be adjusted. ONE-ON-ONE SESSIONS During this time we urge you to discuss your ideas, provide feedback, and ask questions. Time allotted for each one-on-one session is 30 minutes. Companies interested in having a one-on-one session must submit a written request NLT 1200 EST, 12 December 2011, to the Acquisition Center POC's listed in the point of contact section below. Start times for the one-on-one sessions will be randomly selected and attendees will be informed of their start times when they check in for the conference. It is the intent of the One-on-One Sessions to: Increase Industry understanding of Government requirements; Afford Industry the opportunity to surface perceived issues; Allow Government to hear Industry response and comment in general terms; Enable the Government and Industry to better understand each other. One-on-One Sessions DO NOT: Provide Industry an opportunity to brief intended proposal; Provide Government critique of potential offeror's intended approach; Constitute initiation of the negotiation process. Note: If, during the one-on-one sessions, Government personnel release new information regarding this planned acquisition, the same new information will be disseminated to all attendees. Care will be taken to avoid the release of contractor proprietary information. ADDITIONAL INFORMATION Schedule - The urgent nature of this acquisition dictates an aggressive, results-oriented schedule. It is anticipated that a solicitation will be released in Third Quarter 2012. An award of one contract is anticipated in FY 2013 with phase in completed within 6 months of contract award. Questions from Industry - Potential offerors should submit written questions in advance of the pre-solicitation conference, NLT 1200 EST 12 Dec 2011. General written questions will also be collected during the course of the briefings. Every attempt will be made to answer these questions during the time allocated on the agenda. ADMINISTRATIVE The WIN-T INC 1 Sustainment Pre-Solicitation Conference will be conducted at Dickson Hall (also known at Ball Conference Center). Due to a seating limitation of 175 at the Ball Conference Center, Industry attendees will be limited. A maximum of five (5) attendees per company will be allowed, with additional spaces allocated if available. To confirm attendance, a list of attendees (5 primary attendees and alternates) must be provided via e-mail NLT 1200 EDT, 12 December 2011 to the points of contact identified below. Points of Contact - The following points of contact are provided: Acquisition Center: Contracting SpecialistNina Bushnellnina.m.bushnell.civ@mail.mil Alternate: Contract SpecialistWalt Merawalter.s.mera.civ@mail.mil Location - The venue for the WIN-T INC 1 Sustainment Pre-Solicitation Conference is as follows: Dickson Hall (Ball Conference Center) Building 3074 Aberdeen Proving Ground, MD. 21005 Food and drink are permitted in the lobby area only. No food or drinks are allowed into the theater area. Directions - All directions are from I-95 From the South: Take I-95 to the MD 543 Exit. Turn right onto MD543. Continue until the road clover leafs over Md. Rt. 40 and turn right onto Rt. 40 East. Travel approximately 4 miles to MD 715 (on right). Take the MD715 exit. Once you have proceeded through the gate, turn right at the fourth traffic signal, Susquehanna Blvd. Travel approximately 1.2 miles to Havre de Grace Street. Make a left. Bldg. 3074 (Ball Conference Center "Dickson Hall") will be on your right. From the North: Take I-95 to the MD 22 Exit. Turn Left. Although this road leads directly into post, the visitor's center is at the MD 715 gate. Continue to the exit for Rt. 40 West on your right. Take MD 715 exit on your right. Once you have proceeded through the gate, turn right at the fourth traffic signal, Susquehanna Blvd. Travel approximately 1.2 miles to Havre de Grace Street. Make a left. Bldg. 3074 (Ball Conference Center "Dickson Hall") will be on your right. Please note: Parking is on the left side of the building. Parking is very limited and sporadic due to ongoing construction. Carpooling is strongly recommended. Please do not park in any spots with printing in the parking spot as your car will be ticketed and/or towed. Aberdeen Proving Ground Access - For access to post, the visitor's center is on the right hand side prior to reaching the 715 gate. Please follow the signs for the visitor's center. The visitor's center is very busy in the morning so leave plenty of time for processing. Please plan ahead if you anticipate leaving post for lunch. The visitor's pass you receive in the morning is assigned to the vehicle and the personnel in the vehicle (as a whole). If you change the arrangements of vehicle/personnel you will have to return to the visitor's center for a new visitor's pass. DO NOT leave vehicles parked in the visitor's center parking lot beyond initial processing as they will be towed. You will need the following in order to process through the gate, each person will be required to present a drivers license or current ID. The driver will present their vehicle registration or rental agreement and the address of the intended destination on post "Building 3074, Dickson Hall". Note: If you have a Government CAC card or military ID you may use the gate without processing through the visitors gate. Registration - Please fill out registration form below and include each person that will attend up to 5 attendees. Additional questions regarding this solicitation may be addressed to Acquisition POC's/ Contracting Specialists, Nina Bushnell, at (443) 861-4966, or Walt Mera at 443-861-4968. NOTE: ANY CHANGES TO THE ABOVE WILL BE POSTED TO THE FEDERAL BUSINESS OPPORTUNITY PAGE (FEDBIZOPS). OFFERORS ARE RESPONSIBLE FOR MONITORING THE WEB SITE FOR ANY/ALL CHANGES. __________________________________________________________________________________ Warfighter Information Network-Tactical (WIN-T) Increment 1 Pre-Solicitation Conference 15 December 2011 Bldg 3074 Dickson Hall Aberdeen Proving Ground, MD REGISTRATION FORM (Please register by December 12, 2011) Company Name: _______________________________________ Company Address: _______________________________________ _______________________________________ Business Status:___WOB ___SB ___ SDB ___ SDVOSB ___HUBZ ___ LB Telephone:_______________________________________ Fax:_______________________________________ Email:_______________________________________ Attendee(s):1.______________________________________ 2.______________________________________ 3.______________________________________ 4.______________________________________ 5.______________________________________ Special Needs Requirement: ___Yes ___No If yes, please indicate _______________________________________ _______________________________________ Questions from Industry ___Yes ___No (Please attached any questions and return with Registration form) Please email it to: nina.m.bushnell.civ@mail.mil or walter.s.mera.civ@mail.mil WOB=Women Owned Business, SB=Small Business, SDB=Small, Disadvantaged Business, SDVOSB=Service Disabled Veteran-owned Small Business, HUBZ=Firm located in SBA HUBZone, LB=Large Business
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/7da8374d28d4af0339b21fd626862015)
 
Record
SN02634201-W 20111208/111206234337-7da8374d28d4af0339b21fd626862015 (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.