SOURCES SOUGHT
58 -- Sensor Network Superiority Sustainment
- Notice Date
- 11/21/2013
- Notice Type
- Sources Sought
- NAICS
- 541512
— Computer Systems Design Services
- Contracting Office
- ACC-APG - Washington, ATTN: CCCE-CW, 10205 Burbeck Road, Fort Belvoir, VA 22060-5863
- ZIP Code
- 22060-5863
- Solicitation Number
- W909MY14QSNSS
- Response Due
- 12/6/2013
- Archive Date
- 1/20/2014
- Point of Contact
- MICHELLE HODGES, 703-704-0846
- E-Mail Address
-
ACC-APG - Washington
(michelle.l.hodges10.civ@mail.mil)
- Small Business Set-Aside
- N/A
- Description
- 1.The U.S. Army Contracting Command-Aberdeen Proving Ground (ACC-APG) Belvoir Division is seeking sources on behalf of the Research, Development and Engineering Command (RDECOM) Communications-Electronics Research, Development and Engineering Center (CERDEC) Night Vision and Electronic Sensors Directorate (NVESD) to complete the Sensor Network Superiority Sustainment (SNSS) program for the Special Products and Prototyping Division (SPPD) Quick Response Branch (QRB). The intent of this Market Survey is to identify potential contractors who are capable of sustaining the current capabilities of an existing Government sensor network, and enhance these capabilities through the integration of higher performing and new technologies as required by the Government. The current sensor network architecture and capabilities are well defined. Therefore it is imperative that the network's capability, availability, maintainability, and sustainability remain operational and optimized to the maximum extent. The goal of this program is to integrate previously approved Commercial Off the Shelf (COTS) products and Government Off the Shelf (GOTS) materiel as available. Items will include but not limited to approved Information Technology (IT) and network solutions, sensors, detectors, photographic equipment and peripherals, radios, hardware, and software. The development and assessment of new capabilities to meet emerging requirements is critical to maintaining an optimized network. These requirements will require technical support to ensure compatibility and sustainability of the sensor network. The Government seeks information about the following: 1.Brief summary of the company. 2.Qualifications in sustaining and enhancing the architecture and capabilities of existing Government sensor networks; to include procuring COTS and GOTS material and providing technical and logistical support. 3.Has your Company performed this type of effort or a 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? 4.In the event your company was awarded a contract as a result of a subsequent solicitation, would you plan to prime? Describe how you will either produce or subcontract for each component or assembly required for the Sensor Network Superiority Sustainment (SNSS) program. Please identify sources of supply for any components or assemblies for which you intend to subcontract production. Describe how you will update/configure or subcontract for the update/configuration. 5.Describe how and you will satisfy the following requirements: 5.1 Technical Support: The Contractor shall provide technical support to the Government. The Contractor shall provide technical analysis of Information Technology (IT) components, network solutions, sensors, electronics, software, and hardware to ensure it meets the required capabilities and requirements. 5.1.1. The Contractor shall provide technical analysis of Information Technology (IT) components, network solutions, sensors, electronics, software, hardware and other sensor network components to ensure it meets the required capabilities. 5.1.2. On a quarterly basis, the Contractor shall research alternative material solutions, as necessary, providing a cost benefit analysis, and recommend alternatives based on Government supplied criteria. This should also include market analysis and surveys, risk mitigation, and material solutions for emerging capabilities requirements and technologies. 5.1.3. The contract shall prepare and submit and integrated master schedule identifying dates items were purchased, lead times, anticipated delivery dates, actual delivery dates, and acceptance dates. 5.1.5. The contract shall prepare and submit computer end item documentation in accordance with DI-IPSC-80590B. 5.2. Material Support: The Contractor shall procure all necessary equipment, components, systems, and provide technical assistance required as delineated in this PWS. The equipment shall include but not limited to: Information Technology (IT) and network solutions (computer systems, components, and peripherals) Network servers and components Data storage components Software Radio equipment Detection sensors Electronic equipment Power storage and management equipment Imaging systems and components Photographic equipment and peripherals Hardware Consumables 5.2.1. The Contractor shall monitor the procurement of the material and materiel and ensure any risks, which affect the anticipated cost, schedule, or technical performance, are reported. 5.3. Logistics Support: The Contractor shall provide Integrated Logistics Support (ILS) to the Government. 5.3.1 The Contractor shall provide ILS services tasks during the market analysis, material procurement, tracking, and delivery of material. This should include all tracking of the shipments and delivery of the material, generating and processing DD250 forms for each procured item, labeling the material with an Item Unique Identification Code, entering the material into an existing Government logistic system and processing Return Merchandise Authorizations (RMA) as required. 6. In the event your company was awarded a contract as a result of a subsequent solicitation, could you acquire enough space to perform this task prior to contract award or within 15 calendar days after contract award? Sources possessing potential solutions are invited to submit a White Paper not to exceed 15 pages in length describing their capabilities and system concepts. The White Paper must include, at a minimum, comprehensive descriptions supported by facts and rigorous scientific reasoning, that address the following considerations for all technologies proposed: a detailed discussion of the company's expertise in IT system architectures, networks, and components; potential sensor or software solutions for the requirements listed above; and your expertise in providing Integrated Logistic Support for the procurement, tracking, and delivery of materials. Responses should also include a cover letter (not included in the page count) providing: 1. Please provide the following Point of Contact information: Company: Address: Point of Contact: Phone Number: Fax Numbers: Email Address Cage Code and Duns Number If your company holds a GSA Schedule contract (874 or other), please provide the Schedule number. Please identify your company's small business size standard based on the primary North American Industrial Classification System (NAICS) code of 541512 Computer Systems Design Services. The Small Business Size Standard for this NAICS code is 500 number of employees. For more information, refer to http://www.sba.gov/size. Please also indicate any socioeconomic classifications. Large Business Concern Small Business (SB) Concern 8A Small Disadvantaged Business (SDB) Women-Owned Small Business Historically Underutilized Business Zone (HUBZone) Veteran-Owned Small Business Service-Disable Veteran-Owned Small Business THE FOLLOWING ONLY APPLIES TO THE SMALL BUSINESS RESPONDENTS: 1.In the event your company was awarded a contract as a result of a subsequent solicitation and you would plan to prime, please inform how you will meet the limitations on subcontracting clause 52.219-14. 2.The Government understands that teaming is an intricate part of contracting. In the event your company was awarded a contract as a result of a subsequent solicitation, please briefly describe how you would approach selecting team members for this requirement if you are not performing this action 100% in house. 3.In the event your company was awarded a contract as a result of a subsequent solicitation, can your company sustain itself if not paid for 90 calendar days? This information will help the Government form its acquisition strategy. This Request for Information (RFI) is for informational purposes only. It is not a request for proposal and does not constitute any obligation by the Government to award a contract based on the findings of this RFI. The Government will not reimburse interested sources or respondents to notice, or any follow-on notice, for any costs incurred in association with this announcement or for subsequent exchanges of information. Proprietary information submitted in response to this Sources Sought shall be marked accordingly and will be protected when clearly identified as proprietary. The ideas presented in the white paper will be discussed and assessed by U.S. Army RDECOM CERDEC Night Vision and Electronic Sensors Directorate (NVESD). Government support contractors will be involved in the review and assessment of responses submitted under this RFI. Response to this Sources Sought should be received no later than 15 calendar days from the date of this notice and should be submitted via email to michelle.l.hodges10.civ@mail.mil. Acknowledgement of receipt will be issued. The subject of the email message shall be: Sensor Network Superiority Sustainment (SNSS) Program RFI - Your Company's Name. All requests for further information must be in writing and via email; telephonic requests for additional information will not be honored.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/aae28b724a8eea316962020d139aa024)
- Record
- SN03239196-W 20131123/131121234438-aae28b724a8eea316962020d139aa024 (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 |