Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 04, 2012 FBO #3906
SOURCES SOUGHT

D -- Systems engineering and technical assistance (SETA) and operational support tasks in support of US Army Intelligence and Security Command (INSCOM) and Distributed Common Ground Station-Army (DCGS-A) Fixed Office

Notice Date
8/2/2012
 
Notice Type
Sources Sought
 
NAICS
541330 — Engineering Services
 
Contracting Office
ACC-APG - Aberdeen Division B, HQ CECOM CONTRACTING CENTER, 6001 COMBAT DRIVE, ABERDEEN PROVING GROU, MD 21005-1846
 
ZIP Code
21005-1846
 
Solicitation Number
RFIMRC0533
 
Response Due
8/10/2012
 
Archive Date
10/9/2012
 
Point of Contact
Matthew Ebner, 443-861-4726
 
E-Mail Address
ACC-APG - Aberdeen Division B
(matthew.c.ebner.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a Request for Information (RFI) only. Do not submit a proposal or quote. After reviewing the Description of Requirements currently posted to FEDBIZOPS, interested capable Contractors are invited to provide responses to the following questions. Please provide responses if you can support the entire requirement. Responses should follow this format and be submitted electronically as one complete document. This RFI is for informational purposes only and is not to be construed as a commitment by the Government to procure any items services, or for the Government to pay for the information received. Responses to this Source Sought are due by 1600 EST (APG, MD) 10 August 2012. Please submit all RFIs to matthew.c.ebner.civ@mail.mil. Subject line must read RFI MRC-0533 "Company Name". 1. Please provide the following Point of Contact information: Company: Address: Point of Contact: Phone Number: Fax Numbers: Email Address: 2. Please identify your company's small business size standard based on the primary North American Industrial Classification System (NAICS) code of 541330 - Professional, Scientific, and Technical Services - Engineering services. The Small Business Size Standard for this NAICS code is $4,500,000.00. For more information, refer to http://www.sba.gov/content/table-small-business-size-standards. Large Business Concern Small Business (SB) Concern 8(a) Small Disadvantaged Business (SDB) Woman-Owned Small Business Historically Underutilized Business Zone (HUBZone) Veteran-Owned Small Business Service-Disabled Veteran-Owned Small Business 3. If you identify your company as a Small Business or any of the SB subcategories as stipulated in Question # 2, then is your company interested in a prime contract for the requirement? 4. Under the current SB recertification regulations, do you anticipate your company remaining a small business, under primary NAICS Code 541330 - Professional, Scientific, and Technical Services - Engineering services? If you are a SB answer questions 4A & B. All others skip to Question #5. A. If your company is awarded the contract, will you be able to perform at least 50% (percent) of the work? B. If you are a small business, can you go without a payment for 90 days? 5. Does your company have experience as a prime contractor administering Multiple Award Contracts (MACs)? 6. If you answered "yes" to Question # 5, please provide as much of the following information as possible; A. MAC contract number(s); B. aggregate dollar value of entire MAC contract; C. aggregate dollar value of task orders you prime on each MAC; D. number of task orders you prime on MAC; E. Is the work on each MAC similar in scope to that of this requirement? 7. Is your company planning on business arrangements with other companies, please list the process used in selecting the members? 8. Please provide details regarding proposed joint ventures, teaming arrangements, strategic alliances, or other business arrangements to satisfy requirements. Offerors are encouraged to identify teams, indicating each team member's size based upon the NAICS code of the work that the team member may be doing. 9. Is your company currently providing similar services to another government agency (you may also include contract #s for government) or other non-government customer? If so, please identify the agency or non-government customer. If you are unwilling to share your customer's identity, please address whether your company offers the same or similar services commercially 10. Has your Company performed this type of effort or similar type effort (to include size and complexity) in the past, if so provide Contract Number, Point of Contact (POC), e-mail address, phone number, and a brief description of your direct support of the effort? 11. What are the core competencies of your employees that would support the needs of the requirement? Also, provide the total number of individuals currently employed by your company that are capable of supporting the requirements. 12. Does your company have a TOP SECRET facility or access to one should it be required? 13. Do all the employees that would support this requirement have a TOP SECRET Clearance? 14. Does your firm possess an approved Defense Contract Audit Agency (DCAA) accounting system? 15. Interested companies may also provide a "White Paper: (no more than 20 pages in length) describing how its products and technical expertise could produce and deliver such capabilities as described in the information below. Also, identify your company's past and current customers to which you provide similar products, including a customer/company name, point of contact, phone number, and address/e-mail where they can be reached. Synopsis: The Government requires Systems Engineering and Technical Assistance (SETA) and operational support tasks in support of the US Army Intelligence and Security Command's (INSCOM) Distributed Common Ground Station - Army (DCGS-A) Fixed Office and Program Manager (PM), DCGS-A. Specifically, this task supports fielding DCGS-A capabilities and subsystems to INSCOM subordinate commands and insuring these systems are properly documented and maintained. DCGS-A will leverage existing and future interfaces between ground, airborne and space-based Intelligence, Surveillance, and Reconnaissance (ISR) systems within the Department of Defense (DoD) and will migrate legacy intelligence systems into DCGS-A. DCGS-A interfaces at INSCOM units include GUARDRAIL (Systems 1, 2, 3, and 4), Air Reconnaissance Low (ARL), GUARDRAIL Ground Baseline (GGB), Surveillance Information Processing Center (SIPC), National Geospatial Agency (NGA) Geospatial Intelligence (GEOINT) Capabilities, National Security Agency (NSA) Signals Intelligence (SIGINT), and DCGS-A Enabled Analysis and Control Element (ACE), Common Ground Station (CGS), and Counterintelligence (CI) and Human Intelligence (HUMINT) Automated Reporting and Collection System (CHARCS). Required skills and experience include: Experience in the Acquisition process as directed by AR 70-1, AR 700-143 and DOD 5000, Military Intelligence doctrine as found in FM 2-0, current Command, Control, Communications, Computers, Intelligence, Surveillance, and Reconnaissance (C4ISR) capabilities, Strategic Communications, Knowledge Management, Integrated Logistics Support (ILS), Acquisition Management, Contract Management, acquisition documentation and reporting/briefing support services. Formal systems engineering practices will be performed throughout the lifecycle to facilitate the product improvement or integration of capabilities on schedule and within budget to include requirements definition assistance; develop key performance parameters; assess capabilities documents to validate system design against user established requirements; hardware design and modification plans; software integration (but not software development) and studies/analyses to include logistics/supportability/maintenance, engineering, information accreditation (IA), financial, and operational considerations. Required technical and engineering support will include, as required, assistance with data ingestion into the DCGS-A Fixed Enterprise that includes the DCGS Integrated Backbone (DIB), Fusion Brains, and multiple single source data repositories. Assessments are required on SIGINT; GEOINT; Measurement and Signatures Intelligence (MASINT); CI and HUMINT systems and data along with ground and air platforms, networks, and communications systems. Technical and engineering support includes: evaluation of products from sensor and data systems, assisting in development of specifications and interface documents, providing input for integration of hardware, software and data structures into existing baselines, performing tests, analyzing results, and updating the configuration baseline and related software versions. The Government requires expertise, experience and knowledge with all applicable IA and certification regulations (e.g. AR 25-2, DCID 6/3, DIACAP, etc.) to support both new system certification and site based accreditation. Support is needed on all unique IA requirements for SIPRNET, JWICS and NSANET network authorities and data repositories while minimizing duplication of effort for a common system operating on multiple networks. Support Certification and Accreditation (C&A) using the DIACAP to achieve uniform quality and a level of consistency throughout the life cycle of INSCOM Automated Information System (AIS). Support will be provided for the migration to and maximum use of DoD Network Centric Enterprise Services (NCES) within the C4ISR community and to recommend system unique functionality that could be removed from DCSG-A Fixed with only minimal loss of capability. The government requires work to perform requirements definition, system analysis, development and implementation support for network centric and enterprise PED operations while minimizing local data replication. Proactive uses of Active Directory within NSANET, the SIPRNET MI Domain, and the JWICS Army Domain to support worldwide user account management/authentication and facilitate seamless worldwide data sharing and PED over the enterprise network are required. Tactical deployments of the GGB and/or SIPC shelters estimated at one deployment per year for three (3) Aerial Exploitation Battalions (AEB) will be supported. The government also requires coordination with commercial SATCOM connectivity from the deployed shelter back to the AEB fixed sites. The Government also requires the performance of various logistics functions and tasks during the development, production, and sustainment phases of the system life cycle. A thorough understanding of the DOD 5000 Series and the Elements of ILS as defined in AR 700-127, to support the preparation and evaluation of all logistics documentation and operations is required. Support will be provided to the process of Configuration Management, documenting on unit MTOEs, updating the Material Fielding Plan and ensuring a timely transition to the life cycle Item Manager under Material Release (MR) or Modification Work Order (MWO) for all new capabilities. Site based operational testing is performed on each new capability to insure all system interfaces are working as designed. For GUARDRAIL software upgrades, we must coordinate aircraft test flights to ensure end to end system testing and resolve connectivity anomalies. Support New Equipment Training (NET) (operations and maintenance) on fielded equipment.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/0916f6f2ddde9bdc3d36550afd60aabc)
 
Place of Performance
Address: ACC-APG - Aberdeen Division B HQ CECOM CONTRACTING CENTER, 6001 COMBAT DRIVE ABERDEEN PROVING GROU MD
Zip Code: 21005-1846
 
Record
SN02824672-W 20120804/120803000256-0916f6f2ddde9bdc3d36550afd60aabc (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.