Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF NOVEMBER 07, 2013 FBO #4366
SOURCES SOUGHT

D -- The Defense Information Systems Agency (DISA) is seeking sources for Electromagnetic Spectrum (EMS) Engineering and Strategic Planning Support.

Notice Date
11/5/2013
 
Notice Type
Sources Sought
 
NAICS
541330 — Engineering Services
 
Contracting Office
Defense Information Systems Agency, Procurement Directorate, DITCO-NCR, P.O. BOX 549, FORT MEADE, Maryland, 20755-0549, United States
 
ZIP Code
20755-0549
 
Solicitation Number
HC1047
 
Archive Date
12/14/2013
 
Point of Contact
Sharjeel J. Javaid, Phone: 301.225.4141
 
E-Mail Address
sharjeel.j.javaid.civ@mail.mil
(sharjeel.j.javaid.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
SOURCES SOUGHT ANNOUNCEMENT The Defense Information Systems Agency ( DISA) is seeking sources for Electromagnetic Spectrum (EMS) Engineering and Strategic Planning Support. CONTRACTING OFFICE ADDRESS: Defense Information Systems Agency 6916 Cooper Ave. Ft. Meade, MD 20775-7901 INTRODUCTION: This is a SOURCES SOUGHT TECHNICAL DESCRIPTION to determine the availability and technical capability of Large and Small Businesses (including the following subsets, Small Disadvantaged Businesses, HUBZone Firms; Certified 8(a), Service-Disabled Veteran-Owned Small Businesses and Woman Owned Small Business) to provide the required products and/or services. The DISA Defense Spectrum Organization (DSO) Directorate is seeking information for potential sources for EMS Engineering and Strategic Planning to be provided by the Contractor to d eploy qualified spectrum managers in support of COCOM or Joint Task Force contingencies; deploy technical experts to take field measurements and analyze incidents of electromagnetic interference, determine causes, and recommend methods of resolution; operate standard spectrum management systems; d raft DoD policy, joint doctrine, and other guidance for spectrum supportability, E3, and Hazards of Electromagnetic Radiation to Ordnance requirements; develop electromagnetic compatibility standards; analyze equipment and systems for potential E3 problems and recommend solutions; perform radio frequency measurements; develop and conduct spectrum and E3 related training; a nalyze national and international EMS issues and advise executive decision-makers on the technical viability of policy and implementation options; d evelop and maintain long-term strategies and associated plans ; a nalyze national and international EMS issues and advise executive decision-makers on the technical viability of policy and implementation options; advocate DoD strategic spectrum planning at national and international fora and conduct extensive outreach to both industry and government; assess E3 and spectrum compliance of acquisition programs; determine operational frequency bands; and provide assistance in acquiring spectrum certification and host nation approval for equipment operation. DISCLAIMER: THIS SOURCES SOUGHT IS FOR INFORMATIONAL PURPOSES ONLY. THIS IS NOT A REQUEST FOR PROPOSAL. IT DOES NOT CONSTITUTE A SOLICITATION AND SHALL NOT BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT. RESPONSES IN ANY FORM ARE NOT OFFERS AND THE GOVERNMENT IS UNDER NO OBLIGATION TO AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCEMENT. NO FUNDS ARE AVAILABLE TO PAY FOR PREPARATION OF RESPONSES TO THIS ANNOUNCEMENT. ANY INFORMATION SUBMITTED BY RESPONDENTS TO THIS TECHNICAL DESCRIPTION IS STRICTLY VOLUNTARY. CONTRACT/PROGRAM BACKGROUND: The current contract, HC1047-07-D-0001, is a single-award, Indefinite Delivery, Indefinite Quantity (IDIQ) type contract for Engineering and IT Support Services. The scope of the Statement of Objectives for the current contract is as follows: This acquisition provides a full range of electromagnetic spectrum (EMS) technical services, to include engineering and analysis; data management; standards development and application; measurement, testing and evaluation; modeling and simulation; research and evaluation of emerging technologies; interference resolution; and ordnance risk assessment. Services are provided to DSO in support of the Warfighter, Federal and non-Federal agencies, allied Governments, NATO, and the private sector. Contract Number: HC1047-07-D-0001 Contract Type: CPIF, FFP Incumbent and their size: Exelis, Inc. Large Business. Method of previous acquisition: Full and open competition REQUIRED CAPABILITIES: The Government requires EMS technical support services to provide Spectrum and Electromagnetic Environmental Effects Engineering (E3) in support of programs developed or sustained by the DoD Components, Federal Government agencies, and non-Federal Government organizations in the interest of national defense while adhering to the policies delineated in DoD Instruction (DoDI) 5000.2, DoDI 4650.01, and DoDD 3222.03. Specific areas of support required are as follows: •• Operational Spectrum Support - Deploying qualified spectrum managers in support of COCOM or Joint Task Force contingencies; deploying technical experts to take field measurements and analyze incidents of electromagnetic interference, determine causes, and recommend methods of resolution; and operating and maintaining standard spectrum management systems. •• E3 and Spectrum Engineering - Drafting policy, joint doctrine, and guidance for spectrum supportability, E3, and Hazards of Electromagnetic Radiation to Ordnance requirements; developing electromagnetic compatibility standards; analyzing equipment and systems for potential E3 and SS problems and recommending solutions in the life-cycle acquisition process including the Joint Capabilities Integration and Development System Process; performing radio frequency measurements; developing and conducting E3 and spectrum training; assisting the acquisition community by assessing E3 and spectrum compliance; determining operational frequency bands; and providing assistance in acquiring host nation approval for equipment operation. •• Research and Evaluate Emerging Spectrum Technologies - Identifying and assessing emerging spectrum technologies such as dynamic spectrum access to determine EMS implications, risks, and benefits to DoD. •• Strategic Spectrum Planning - Analyzing national and international EMS issues and advising executive decision-makers on the technical viability of policy and implementation options. D evelop and maintain long-term strategies and associated plans for global DoD spectrum access. Serve as DoD's spectrum advocate at national and international fora and conduct extensive outreach to both industry and government. SPECIAL REQUIREMENTS: Spectrum support including spectrum certification, strategic planning, engineering analysis, frequency band selection, emerging spectrum technologies assessment, interference resolution, and performance of MIL-STD testing. Maintain readiness of deployable Spectrum Management (SM) support capability for combatant commands, coalition headquarters, and joint task forces (JTFs) as well as quick response engineering analyses of operational terrestrial and space systems. Must have Secret clearance. SOURCES SOUGHT: The anticipated North American Industry Classification System Code (NAICS) for this requirement is 541330 with the corresponding size standard of $14M. This Sources Sought Synopsis is requesting responses to the following criteria ONLY from small businesses that can provide the required services under the NAICS Code. To assist DISA in making a determination regarding the level of participation by small business in any subsequent procurement that may result from this Sources Sought, you are also encouraged to provide information regarding your plans to use joint venturing (JV) or partnering to meet each of the requirements areas contained herein. This includes responses from qualified and capable Large and Small Businesses, Small Disadvantaged Businesses, Service Disabled-Veteran Owned Small Businesses, Women-owned Small Businesses, HUBZone Small Businesses, and 8(a) companies. You should provide information on how you would envision your company's areas of expertise and those of any proposed JV/partner would be combined to meet the specific requirements contained in this announcement. In order to make a determination for a small business set-aside, two or more qualified and capable small businesses must submit responses that demonstrate their qualifications. Responses must demonstrate the company's ability to perform in accordance with the Limitations on Subcontracting clause (FAR 52.219-14). SUBMISSION DETAILS: Responses should include: •1) Business name and address; •2) Name of company representative and their business title; •3) Type of Business; •4) Cage Code; •5) Contract vehicles that would be available to the Government for the procurement of the product and service, to include ENCORE II, General Service Administration (GSA), GSA MOBIS, NIH, NASA SEWP, Federal Supply Schedules (FSS), or any other Government Agency contract vehicle. (This information is for market research only and does not preclude your company from responding to this notice.) Vendors who wish to respond to this should send responses via email NLT 4:00 PM Eastern Daylight Time (EDT) on November 29 2013 to sharjeel.j.javaid.civ@mail.mil Interested businesses should submit a brief capabilities statement package (no more than five pages) demonstrating ability to perform the services listed in this Technical Description. Documentation should be in bullet format. Proprietary information and trade secrets, if any, must be clearly marked on all materials. All information received that is marked Proprietary will be handled accordingly. Please be advised that all submissions become Government property and will not be returned. All government and contractor personal reviewing RFI responses will have signed non-disclosure agreements and understand their responsibility for proper use and protection from unauthorized disclosure of proprietary information as described 41 USC 423. The Government shall not be held liable for any damages incurred if proprietary information is not properly identified.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DISA/D4AD/DTN/HC1047/listing.html)
 
Place of Performance
Address: Maryland, 20775-7901, United States
Zip Code: 20775-7901
 
Record
SN03228752-W 20131107/131106002151-1e51040c732987c375684e8f31c54f0f (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.