SOURCES SOUGHT
70 -- Sources Sought - Subject Matter Experts (SMEs) to provide technical and engineering support in the area of Army Air and Missile Defense Planning and Control Software and hardware.
- Notice Date
- 7/20/2012
- Notice Type
- Sources Sought
- NAICS
- 541330
— Engineering Services
- Contracting Office
- ACC-RSA - (Missile), ATTN: AMSAM-AC, Building 5303, Martin Road, Redstone Arsenal, AL 35898-5280
- ZIP Code
- 35898-5280
- Solicitation Number
- W31P4Q-SOURCE-SOUGHT
- Response Due
- 8/20/2012
- Archive Date
- 10/19/2012
- Point of Contact
- Kathy Decker, 256-876-4337
- E-Mail Address
-
ACC-RSA - (Missile)
(kathy.decker1@us.army.mil)
- Small Business Set-Aside
- N/A
- Description
- THIS IS A REQUEST FOR INFORMATION ONLY. THERE IS NO SOLICITATION PACKAGE AVAILABLE. This Request for Information (RFI) is issued solely for information and planning purposes; it does not constitute a Request for Proposal (RFP) or a promise to issue an RFP in the future. This request for information does not commit the Government to contract for any supply or service whatsoever. The Government will not pay for any information received in response to this request for information nor will the Government compensate the respondent for any cost incurred in developing the information for the Government. Any request for copies of solicitations will not be addressed since this is a request for information, not a request for proposal. Not responding to this RFI does not preclude participation in any future RFP. Any comments provided may or may not be included in a formal solicitation. The Government will not release any information marked with a proprietary legend received in response to this RFI to any firms, agencies or individuals outside the Government without written permission in accordance with the legend. Respondents may provide information on any currently available product that meets the Army's requirements. Format of Submissions/Point of Contact To be considered, responses to this RFI shall be submitted no later than August 20, 2012 to: US Army Contracting Command - Redstone, Building 5303 Martin Road, Attention: CCAM-SM-C/Kathy Decker or Brian Ridley, Redstone Arsenal, AL 35898-5280 Submissions or questions may also be sent electronically to Kathy Decker or Brian Ridley at kathy.decker1@us.army.mil or brian.ridley1@us.army.mil. All information in responses should be unclassified. The response format shall be data files either emailed or on a CD. White papers shall be limited to 12 pages with two additional pages for technical drawings. Acknowledgment of receipt of white papers will not be made and white papers will not be returned. Data Requested Specifically, this announcement is looking for Subject Matter Experts ( SMEs) to provide technical and engineering support in the area of Army Air and Missile Defense Planning and Control Software and hardware. Support is required for the Air and Missile Defense Planning and Control System (AMDPCS) Family of Systems, which includes the following shelter systems: 1. Air Defense Airspace Management (ADAM) Cell, 2. AMDPCS-A, which is deployed with Army Air and Missile Defense Commands (AAMDCs) and Air Defense Artillery (ADA) Brigades, 3. AMDPCS-B, which is deployed with AAMDCs, ADA Brigades, ADA Battalions and other air defense units, 4. Air Battle Management Operations Center, 5. Battery Command Post, and 6. Sensor Command and Control node. Knowledge of AMDPCS hardware systems is required, including training, maintenance and support of communications suites, shelters, hardware interfaces and supporting systems (environmental control units, power generation equipment, and mobile expansible shelters). The effort will include support services for the following software systems that are fielded as standalone processors, or within the above shelter systems: the Air and Missile Defense Workstation (AMDWS), the Forward Area Air Defense Command and Control (FAAD C2) system, and the Air Defense System Integrator (ADSI). Knowledge of AMDPCS software systems is required, including ability to perform Operator and System Administrator function, trouble shooting of software problems and "over-the-shoulder" training of AMDWS, FAAD C2 and ADSI. The contractor must be able to have personnel in place and to begin support operation at locations in Continental United States (CONUS) and Outside Continental United States (OCONUS) thirty (30) days from date of contract award. OCONUS locations include Germany, Korea, Kuwait and Afghanistan. Efforts shall include support during tests, exercises and demonstrations; support during engineering design and hardware modifications; technical and engineering support at units and test sites; "over-the-shoulder" training on all systems on an as required basis, and support of Information Assurance (IA) in regards to design, test and implementation of IA requirements for AMDPCS Family of Systems and Software systems. Support will be at both CONUS and OCONUS locations. The desired solution will provide technical and engineering expertise to support the design, fabrication and integration of materiel solutions to AMDPCS production configurations, and the design, fabrication and integration of components for demonstrations and tests to address AMDPCS capability requirements. The desired solution will provide technical expertise in AMDPCS software system modification and integrations. Engineering and technical support is required at US military sites and overseas locations, including areas of hostile activities. All technical and engineering personnel who provide the desired solution must have operating knowledge of the AMDPCS hardware and software systems. Approximately one half of the personnel must have detailed knowledge to perform modifications and maintenance of AMDPCS software, and/or site integration and modification of AMDPCS hardware systems. The desired solution will provide systems and software engineering to support Information Assurance documentation development, certification and accreditation of AMDPCS systems. Firms should identify themselves as a small or large business and should identify their management approach in the identification and selection of personnel to provide the desired solution. Initial training of personnel to perform the desired support will not be authorized on any resultant contract. All proprietary material should be clearly marked and will be held in the strictest confidence. At a minimum, the White Paper shall provide a description of the technical approach and a statement on how the technical capabilities meet these key attributes: 1) Personnel Availability - discuss the approach for identifying, recruiting and selecting personnel for consideration to provide the desired support. 2) Personnel Selection - discuss the approach, including prerequisite qualifications, for determining the selection of personnel to perform the desired support. Identify the experience and education attributes to be used in selecting personnel. 3) Key personnel - discuss approach for the identification of key personnel and defining their duties and responsibilities. 4) Assignment location - discuss the approach for identifying and selecting personnel with the necessary qualifications for short and long term assignments at multiple locations, including overseas. 5) Training - discuss the approach for training personnel on AMDPCS software version updates that are provided by the development contractors. 6) Management - discuss the management approach to be used to organize and control a system to provide the desired support. 7) Other Clients - discuss the major clients to whom you have provided similar support services, and whether you are working with clients presently regarding the services.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/665c18d5de2f56476d0c57df9056c33d)
- Place of Performance
- Address: ACC-RSA - (Missile) ATTN: CCAM-SM-C, Building 5303, Martin Road Redstone Arsenal AL
- Zip Code: 35898-5280
- Zip Code: 35898-5280
- Record
- SN02810884-W 20120722/120721000042-665c18d5de2f56476d0c57df9056c33d (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 |