SOURCES SOUGHT
A -- Emplacement, Integration, Operation Maintenance, and Sustainment of a Joint Land Attack Cruise Missile Defense Elevated Netted Sensor System (JLENS) Orbit in a Continental United States (CONUS) based deployment in support of a Combatant Command (COCOM) Ex
- Notice Date
- 11/14/2012
- Notice Type
- Sources Sought
- NAICS
- 811213
— Communication Equipment Repair and Maintenance
- Contracting Office
- Department of the Army, Army Contracting Command, ACC-RSA - (SPS), BLDG 5201 MARTIN RD RM 200A, Redstone Arsenal, Alabama, 35898-5200, United States
- ZIP Code
- 35898-5200
- Solicitation Number
- JLENS2
- Archive Date
- 12/14/2012
- Point of Contact
- Robert C. Porter, Phone: 2569555985
- E-Mail Address
-
robert.c.porter42.civ@mail.mil
(robert.c.porter42.civ@mail.mil)
- Small Business Set-Aside
- N/A
- Description
- THIS IS A SOURCES SOUGHT FOR INFORMATION ONLY. The US Army Program Executive Office (PEO) Missiles and Space, Cruise Missile Defense Systems (CMDS) Project Office is conducting market research to determine if there are potential sources that have the capability to provide radar, aerostat, and logistics mission support services at sites within CONUS sufficient to operate and maintain a JLENS Orbit in support of COCOM operations. In addition to CONUS sites, the same services may be required for operations at locations Outside Continental United States (OCONUS). This Sources Sought 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 Sources Sought does not commit the United States Government (USG) to contract for any supply or service whatsoever. The USG will not pay for any information received in response to this Sources Sought nor will the USG compensate the respondent for any cost incurred in developing the information for the USG. The contractor will be responsible for supporting emplacement, flight operations (launch, flight, and recovery), maintenance and sustainment of up to four JLENS aerostats and associated support equipment, as well as sustainment training, at up to four sites within CONUS. The systems will be operational 24 hours a day, seven days a week, 365 days a year. Emplacement is planned NLT 4QFY14 with operations in support of a COCOM exercise beginning immediately and continuing for a period of at least three years (FY15, FY16, and FY17). Once the systems are initially emplaced, there are no plans to move or relocate them. JLENS Mission The mission of the JLENS is to provide elevated, persistent, Over-The-Horizon (OTH) surveillance and fire control quality data on Army and Joint networks enabling protection of the US, Allied and Coalition forces, as well as critical geo-political assets from Cruise Missiles and Aircraft, Unmanned Aerial Vehicles (UAVs), Tactical Ballistic Missiles (TBMs), Large Caliber Rockets (LCRs), and Surface Moving Targets (SMTs). JLENS Overview JLENS is a critical part of the Army's future Integrated Air and Missile Defense (IAMD) architecture and is a Joint Service interest program. A JLENS "Orbit" is comprised of two systems: a Fire Control Radar system (FCS) and a Surveillance Radar system (SuS). Each system is comprised of a 74-meter (74M) tethered aerostat with its Mobile Mooring Station (MMS), a Communication and Processing Group (CPG), and associated Ground Support Equipment (GSE). In addition to the components common to both systems cited above, a Surveillance Radar (SuR) is integrated into the SuS and a Fire Control Radar (FCR) is integrated into the FCS. The JLENS mission is achieved by both the SuS and FCS operating as an orbit; however, each system can operate autonomously and contribute to supporting the JLENS mission. See attached briefing depicting the JLENS mission, prime items, systems, and subsystems. The USG requires the contractor to support Soldier-led operations, to include aerostat inflation and launch, flight operations, recovery, and helium replenishment, as necessary. The contractor will also be required to provide all required maintenance and sustainment activities, to include sustainment training in support of the deployed Orbit. The USG requires a team of Field Service Representatives (FSRs) with expertise in the areas of radar and communication system operation sustainment and repair; power generation and distribution; aerostat operation, sustainment and repair; mechanical and electrical maintenance and repair; physical security; and, site sustainment and maintenance. Training materials will be USG furnished. Contractor employees shall be required to have Secret security clearances. Foreign participation is not allowed. The contractor shall be responsible for the safe, efficient and compliant operation and all levels of maintenance of the JLENS systems and sites, to include responsibility for: • executing and managing the unpacking, emplacement, installation, and check out of the systems on prepared sites. • execution of all JLENS pre-launch, launch, on station operations, and recovery operations. • conducting safe and successful flight operation and performing all flight duties. • compliance with all Quality Assurance requirements, all maintenance records, procedures, log books, audits, and configuration data. • site compliance with all applicable safety requirements by monitoring site operations and providing situational awareness. • all data networking infrastructure, data storage, and archiving from the organic JLENS system and provide and maintain the site network capability. The contractor shall provide and maintain communications services to include voice and data capability for the site. This will include work stations, telephones, and network printing capability. • all contractor security and Information Assurance (IA) requirements as well as Communications Security (COMSEC) custodial responsibilities. • analyzing and resolving failures to return the systems to operational capability with minimal detriment to operations. • immediately responding to emergency situations in order to safeguard personnel and equipment. • providing subject-matter expert (SME) support of the onsite JLENS peculiar equipment. • ensuring adequate sparing of repair parts and consumables to ensure 24 hour per day, seven day per week, 365 day per year operation. • providing preventative maintenance (PMCS) inspection and repair on Line Haul, Medium and Light Tactical Vehicles, and Material Handling Equipment that are organic to the JLENS system. • providing PMCS and repair of the Power Generation and distribution system to include emergency back-up generators providing power to the site and JLENS organic equipment. • maintaining a detailed database of equipment status, personnel, and training certification/re-certification. • providing Heating, Ventilation and Air Conditioning (HVAC) PMCS and repair for the site infrastructure and JLENS organic equipment. • providing all Test Measurement and Diagnostic Equipment (TMDE) needed to operate, maintain and repair the JLENS system and provide the calibration and repair of said TMDE equipment. • maintaining a crew size sufficient to conduct 24/7 operations and maintenance of the JLENS system. Flight operations require a minimum of five personnel, to include a certified flight director, at any given time; additional personnel will be required to perform scheduled and unscheduled maintenance tasks examples of which are outlined in this Sources Sought. • providing fuel servicing of the tactical vehicles, material handling equipment, and other support equipment, to include emergency generators as needed. This service will include the maintenance of any stored fuel system on the JLENS site. • providing general repairs to site infrastructure and have a ready supply of consumables to support the site, i.e. lighting, electrical, fire detection, batteries, plumbing, air filtration, and emergency lighting. • providing site maintenance to include repair of the JLENS site pad, parking area, sidewalks and walkways, and building entrances. These activities will include snow removal. • providing environmental compliance and clean-up and maintain hazardous materials and waste. • providing emplacement tether break procedures to recover equipment. • providing custodial services for the site facilities. • providing and maintaining site safety equipment. • providing shipping and receiving service of parts and equipment to and from the site. • providing security of the JLENS site. • providing refuse collection and disposal for the JLENS site. • providing supply services for common expendable non-technical commodities or equipment, e.g. housekeeping supplies, duplication paper, common hardware, etc. • providing support equipment operators, including certified crane operators, licensed forklift drivers, certified flaggers, licensed mobile manlift drivers, and licensed M915 and M916 operators. • providing integration, emplacement, operations, and sustainment training to soldiers, USG representatives and other contractors as needed to support the JLENS system. The contractor will provide training to new personnel to the JLENS site as well as semi-annual refresher training. The USG will arrange for initial training (train-the-trainer) for the contractor at a given test facility. The USG will provide training materials. Responses: Respondents should provide the following information for their approach: Part A - Business Information. Please provide the following information for your company/institution and for any teaming or joint venture partners: 1. Company/Institute name 2. Address 3. Point of Contact 4. Cage Code 5. DUNS Number 6. Phone Number 7. E-mail Address 8. Web page URL 9. Size of business pursuant to North American Industry Classification System (NAICS) Code 811213. Based on the above NAICS Code, state whether your company qualifies as a: a. Small Business (Yes/No) b. Woman Owned Small Business (Yes/No) c. Small Disadvantaged Business (Yes/No) d. 8(a) Certified (Yes/No) e. HUB Zone Certified (Yes/No) f. Veteran Owned Small Business (Yes/No) g. Service Disabled Small Business (Yes/No) h. Central Contractor Registration (Yes/No) i. Statement as to whether your company is domestically or foreign owned (if foreign owned, please indicate country of ownership). Part B - General Capability Survey Questions 1. Describe briefly the capabilities of your company and the nature of the goods and/or services you provide. Include a description of your staff composition and management structure. 2. Describe your company's past experience (no more than five examples) on previous projects similar in complexity to this requirement. Include contract numbers, a brief description of the work performed, period of performance, agency/organization supported, and individual points of contact (Contracting Officer or Program Manager). 3. What experience does your company have planning and executing the deployment and sustainment of weapons and other defense-related systems? What experience does your company have specifically with radar systems and/or lighter-than-air systems? 4. Describe your company's experience of site activation/startup for emplacing and beginning operations at a new site. 5. Describe your company's experience at working in support of military personnel and collaboratively with another prime contractor. 6. Describe your company's experience with Information Assurance and associated documentation. Describe your company's capabilities for generating, handling, updating, processing, and storing classified material and data. 7. Describe your company's capabilities and experiences in the deployment and support of complex weapons systems at multiple locations at the same time. Is the experience Contractor Logistics Support-only, modification efforts, or both? 8. What data will your company require of the USG to assemble a proposal for this effort? 9. Describe the top five risks your company foresees in executing an effort of this scope. What steps would your company likely take to mitigate the risks? 10. If your company were to rely on subcontractors for this effort, what subcontractors would you use to do what percentage of which portions, what are their experiences, and do you already have a relationship with the subcontractor(s)? 11. Describe your company's approach and capabilities in obtaining and retaining qualified and experienced personnel. Assuming a contract award in October 2013, how soon could your company secure qualified personnel? 12. Describe your company's experience in classroom instruction and simulator instruction. Describe the top five risks from your company's perception in the execution of classroom instruction and simulator instruction. 13. Describe your company's process for maintaining inventory records and reporting on hand/in work balances and repair status to your customer. Part C - Financial Capability Questions: 1. Describe your company's financial capabilities to successfully perform this contract. 2. Describe any other relevant topics, concerns, and information that will help the Government in forming an acquisition strategy. RESPONSE INSTRUCTIONS The general capability survey question responses and financial capability question responses provided by respondents will be used to augment and refine future Government solicitations. These ideas should be provided in whitepaper format. Marketing material is considered an insufficient response to this Sources Sought. The information is requested in the form of unclassified, electronic Microsoft Word files (recommended less than 8 Megabyte) attached to your email transmittal. If proposed information is believed to be classified, contact the points of contact below for instructions on how to submit this data. The file name should contain the responder's name (i.e., Concept-XYZ Corp). Whitepapers submitted in response to this solicitation are limited to 20 pages, single-spaced, 11 font, Times New Roman, 1 inch margins, with embedded figures (if used) in Microsoft Word. The whitepapers will be reviewed by USG personnel and their support contractors. All information provided will be adequately protected. Any proprietary information must be identified. To be reviewed, the statement "Releasable to USG Agencies and their supporting Contractors for Review Only" must accompany any proprietary submission. The USG reserves the right to request further clarification or request presentations to enhance understanding of the respondent's submittal. Material from respondent whitepapers, with the exception of identified proprietary information, may be incorporated into future program documentation to include future solicitations. In accordance with Federal Acquisition Regulation 15.201 (e.), responses to this notice are not offers and cannot be accepted by the USG to form a binding contract. Sources Sought responses are due no later than 3:30 pm Central Standard time on Thursday, November 29, 2012. Responses can be emailed to robert.c.porter42.civ@mail.mil. A return email will be the indicator that your paper has been received. Hardcopy responses should be mailed to the SMDC-CAMO-CCAM-CAB-B Attn: Robert C. Porter P.O. Box 1500 Huntsville, Alabama 35807-3801..
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/cfd415f43c126d3164c0d43a59c8e040)
- Record
- SN02930751-W 20121116/121114234609-cfd415f43c126d3164c0d43a59c8e040 (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 |