Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 25, 2012 FBO #3835
SOURCES SOUGHT

58 -- Requirement to outsource Configuration Mgmt. Support, Item Mgmt. Support, Maintenance and Technical support, Technical Data Mgmt., Training Support, Fielding Support, and System Integration efforts for VORTEX and ROVER systems.

Notice Date
5/23/2012
 
Notice Type
Sources Sought
 
NAICS
541330 — Engineering Services
 
Contracting Office
ACC-APG - TAO, ATTN: SFAE-PS-TAO-C, 1671 Nelson Street, Fort Detrick, MD 21702-5044
 
ZIP Code
21702-5044
 
Solicitation Number
W904TE-H-12-VORT
 
Response Due
6/15/2012
 
Archive Date
8/14/2012
 
Point of Contact
Herbert M Payne, 301-619-1765
 
E-Mail Address
ACC-APG - TAO
(herbert.m.payne@us.army.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a Request for Information (RFI). The Technology Applications Office has a long term requirement to outsource field Maintenance and Technical Support, Installation and Integration Support, and Training Support for the VORTEX and ROVER systems. General requirements include an on-site supervisor that is well versed in all functions of maintenance and logistics, and should also be experienced with Microsoft Office programs and all administrative actions related to the overall function of a support team. In addition to the supervisor, the Technology Applications Office requires that the vendor provide on-site Electronics Technicians and/or Field Engineers to support the required mission. The personnel supporting this requirement shall meet the following qualifications: 1) Maintain a TOP SECRET clearance; 2) possess the maintenance skills required to perform maintenance, repair, and trouble-shooting on VORTEX and ROVER equipment employed across the theater; 3) possess knowledge about existing and planned VORTEX and ROVER systems; 4) possess Tactical Military Telecommunications experience; 5) personnel shall be trained on maintenance, repair and trouble-shooting of VORTEX and ROVER systems; 6) The vendor must possess engineering and architecture expertise in current and future VORTEX and ROVER capabilities and initiatives; 7) The vendor must possess first hand engineering and architecture expertise in line of sight Intelligence, Surveillance, and Reconnaissance (ISR) distribution techniques (VORTEX/ROVER) and Beyond-Line-Of-Sight (BLOS) INMARSAT and Ku Spread Spectrum (KuSS) architectures; 8)The vendor must possess a thorough knowledge of the Global Broadcast System and the Digital Video Broadcast Return Channel Satellite beyond line of sight (ISR distribution capabilities; 9) The vendor must demonstrate the ability to integrate, package, operationally test, deliver and support C4ISR kits as required. Example: Ability to integrate KuSS, VORTEX or ROVER devices into communications shelters, onto ground, maritime and airborne mobility platforms, or tactical packaging efforts for standalone C4ISR capability. THIS IS NOT A REQUEST FOR PROPOSAL. This information will be used for market analysis to determine what currently exists in terms of capabilities. This notice should NOT be construed as a request for proposal or any obligation on the part of the U.S. Government. No award will be made from this announcement. No telephone calls and/or request for solicitation information will be accepted or acknowledged. The NAICS Code is 541330. Parties purporting to have the requisite credentials MUST furnish in writing (no more than 10 pages and marketing material is not a, sufficient response to this RFI) their capabilities information including experience and familiarity with providing the stated services above. The information must be clear, concise, complete, and shall include at a minimum: name, address of firm and business size/ownership of business. In addition to your statement of capabilities, please provide contract references from the past five years which are relevant to the requirement to include: contract number, agency supported, whether or not you were a prime or subcontractor, delivery date or period of performance, original contract value, final or current contract value, technical monitor with phone/fax number, contract POC with current phone/fax number, and a brief description of the effort. Response to this RFI may be submitted via mail, email or fax to the PEO, EIS, Technology Applications Office, ATTN: SFAE-PS-F-TAC (Herb Payne), 1671 Nelson Street, Fort Detrick, MD 21702-5044., FAX: (301) 228-2366 or by email to Herbert.m.payne@us.army.mil. The Government requests responses to this notice to be submitted NO LATER THAN 15 June 12. Please limit responses to no more than 10 pages, single spaced. Marketing material is not a sufficient response to the Sources Sought Notice. The responses should be in Adobe Acrobat Portable Document Format (PDF) or compatible with Microsoft Office 2007. Please submit your responses via email to: Herb Payne at Herbert.m.payne@us.army.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/0a79150b3389a96c93f17c71c1869e6f)
 
Place of Performance
Address: ACC-APG - TAO ATTN: SFAE-PS-TAO-C, 1671 Nelson Street Fort Detrick MD
Zip Code: 21702-5044
 
Record
SN02756725-W 20120525/120524000603-0a79150b3389a96c93f17c71c1869e6f (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.