MODIFICATION
R -- Request for Information - Elevated Sensor Systems
- Notice Date
- 4/16/2014
- Notice Type
- Modification/Amendment
- 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
- MRC0001-A
- Response Due
- 4/17/2014
- Archive Date
- 6/15/2014
- Point of Contact
- Tyler Restrick, 443-861-5394
- E-Mail Address
-
ACC-APG - Aberdeen Division B
(tyler.j.restrick.civ@mail.mil)
- Small Business Set-Aside
- N/A
- Description
- Request for Information (RFI) for Elevated Sensor Systems logistics sustainment support Overview: The Army is conducting market research to determine the feasibility of utilizing the S3 program to satisfy the requirement described herein. This is a revalidation to the RFI submitted for MRC0001. The period of performance will be twelve (12) months from contract award with two (2) six (6) month options. For the purposes of this RFI, the contractor should assume the work being conducted will occur at both CONUS and OCONUS locations, with 90% of the effort focused on OCONUS operations support. The contractor should also assume these efforts will be in support of Elevated Sensor systems throughout Southwest Asia (SWA), predominantly Afghanistan. Description: The Base Expeditionary Targeting Surveillance Systems-Combined (BETSS-C) Family of Systems is a force protection multiplier utilized by the Warfighter throughout SWA to identify threats against the operational force. Elevated Sensor systems provide base security cells with unique 3600, high resolution, day/night surveillance capability for enhanced target recognition and battlefield situational awareness, through a wide variety of network integration systems. Systems to be supported are as follows: Base Expeditionary Target Surveillance System - Combined (BETSS-C) system of systems, which consists of Rapid Aerostat Initial Deployment (RAID) Towers (80 foot and 107 foot) and Aerostats, Cerberus, Cerberus Lite Scout, Force Protection Suite (FPS), Standard Ground Station (SGS), Remote Ground Station (RGS), Mid-Range Thermal Imager (MRTI), Manportable Surveillance Target Acquisition Radar (MSTAR) and Rapid Deployment Integrated Surveillance System (RDISS) networked cameras Full Motion Video (FMV) Rapid Equipping Force (REF) support consists of the following systems: Blackwolf, and Osprey. Integrated Base Defense (IBD) Bistatic Surveillance Systems (BSS) Gator Tower Systems Rapid Equipping Force Electronic Laboratory Mobile (REF ELM) Each system incorporates a wide variety of Line Replaceable Units (LRUs) and components. Future Elevated Sensor systems, support equipment, LRUs and components may be added. Requirements: At a minimum, all contractor employees performing services under this contract must be US citizens and hold at least SECRET security clearance or shall be able to obtain an interim SECRET level clearance prior to their scheduled deployment date. The contractor shall provide contract and task planning, program management, administrative support services, cost control, cost reporting, program reviews, and technical status reporting, as well as quality assurance and data management support. The contractor shall establish and operate financial accounting and reporting mechanisms for allocating different types of funding across multiple sub tasks using specific task codes; track incurred costs, both labor and Other Direct Costs, maintain records of and provide overall charges for all costs associated with the execution of this task order. The contractor will establish a Web-based interface to allow select government personnel to access, view, and download reports from the contractor financial information database. The contractor shall perform required analysis and projections of task, and contract costs; provide reports for each system supported and for each support area, for all expenditures incurred; ensure customer funding by type is accounted for and reported; and participate in and prepare for informal and formal meetings throughout the contract period of performance. The Contractor shall participate in progress reviews and scheduled meetings / conferences and shall assist in providing a wide range of substantive oral and written presentations to various activities and organizations within the Department of Defense. The Contractor shall assist in the development of decision and information papers, plans, SOPs (external / internal), historical archives, and analytical and strategic planning documents as appropriate, on all missions and functions under this task order. The Contractor shall attend and participate, as requested, in meetings and conferences in the continental United States (CONUS) or outside the continental United States (OCONUS). The Contractor may participate in meetings with units, AFSB personnel and CECOM Field Support personnel, held on a daily / weekly basis, at each operating location under this task order. In support of these meetings and conferences, the Contractor may be required prepare various presentation materials. The contractor shall provide all administrative, managerial, logistics and business services necessary to execute full logistics sustainment support for the named Elevated Sensor systems, worldwide. The Contractor's Field Service Representatives (FSRs), system operators, trainers/instructors (T/Is) and other support staff (as example, Elevated Sensor operators, logisticians, generator technicians and supply specialists) will operate the systems and /or mentor uniformed service system operators, train / instruct uniformed service members on the operation and maintenance of the sensor systems, install / erect the systems (including site location surveys), and maintain and repair the systems. Contractor employees will be hired for the duration of the contract (12 months), with all contractors being deployed to SWA. The contractor will be prepared to provide qualified personnel at contract award to attend training at a government determined training facility, in either or all three, simultaneously, of the disciplines (T/I, FSR, Operator) discussed herein. The government training facilities being utilized by the Government to train BETSS-C systems resides at Redstone Arsenal, AL; and Ft. Leonard Wood, MO. Training length for each discipline are as follows: T/I-16 weeks; FSR-19 weeks and Operators 4-weeks. Training may be conducted for at any one of the existing training facilities previously listed. The Government STRONGLY encourages the contractor to look for opportunities to leverage similar skills sets held by individuals on task to create or establish multi-skilled / multi-functional Field Service Representatives (FSRs) / Field Service Technicians (FSTs) / Installer-Trainers / Operators who are capable of executing all or multiple functions (install, maintain, operate, train) under this task order. The Government vision is to reduce the footprint of deployed contractors in the battle-space in support of BETSS-C requirements while assuring no degradation of Elevated Sensor systems' support to the Warfighter. The Government is seeking innovative contractor solutions for achieving this vision (with caveat that contractor may not propose to use staff on any other task order in support of this effort). The Contractor shall perform field support services for the BETSS-C Family of Systems, including but not limited to fault diagnosis, screening, repair, overhaul, refurbishment, installation of systems, calibration and alignment for a variety of C4ISR equipment and support equipment associated with those systems set forth in this PWS. The Contractor shall provide support for upgrades to existing weapons systems, installation of Modification Work Orders (MWOs) and minor alterations if required. Maintenance support shall primarily be in the area of electronics, and to a lesser extent mechanical support including generator and environmental control unit (ECU) repair and overhaul, installation of C4ISR and electronic equipment/systems as required. The Contractor shall procure required materials to affect repair and bring a PMC/NMC system back to FMC status. The Contractor shall create, fill and maintain a stockage list to provide and have readily available the required repair materials to support the repair service and maintain an OR rate of 90% or better. The Contractor shall acquire, receive, store, issue, ship and dispose of spares, repair parts, and supplies for all fielded BETSS-C systems. The Contractor shall identify and supply the required quantities of spare parts inventories to ensure minimal down time (Non-Mission Capable status) resulting from repair activities. The contractor shall process all NSN requisitions through the designated regional / installation / FOB Supply Support Activity (SSA) and manage all Overage Recoverable Listings with the SSA. The contractor shall be responsible for ordering, shipping, storage, and installation of spare and repair parts associated with the Elevated Sensor systems. The Contractor shall acknowledge it is prepared to execute any requirement specified in this RFI in support of foreign military / foreign security forces funded through the United States security assistance / FMS programs. The Contractor shall be prepared to conduct retrograde operations of all BETSS-C systems from Southwest Asia (SWA) back to CONUS storage facilities. The Contractor shall conduct inventories to ensure 100% accountability of the systems before shipment to the United States. Develop a tool for tracking outbound shipments by utilizing Transportation Control Numbers (TCN) or Radio Frequency Identification tags (RFID), as well as leverage Standard Army Management Information Systems to track shipments. Upon arrival to the storage facilities the contractor will conduct another 100% inventory, and perform operations check to replace any broken parts before the system is packed up for storage as required. RFI Administrative Information: This is a Request for Information (RFI) only. Do not submit a proposal or quote. After reviewing the above overview and requirements, interested capable contractors are invited to provide responses to the following questions. 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. 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 applicable NAICS code of 541330 -- Professional, Scientific, and Technical Services/ -- Engineering Services. The Small Business Size Standard for this NAICS code is 541330 $4,500,000.00. For more information refer to http://www.sba.gov/content/table-small-business-size-standards. Large Business Concern Small Business 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 Elevated Sensors System Support? 4. Under the current SB recertification regulations, do you anticipate your company remaining a small business, under NAICS Code 541 -- Professional, Scientific, and Technical Services/541330 -- Engineering Services? If you are a SB answer questions 4A.through 4C. 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 required in house? 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 quote mark yes quote mark 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 the Draft PWS/SOW? 7. Does your company possess the capabilities to independently provide the entire range of hardware or services called for in the PWS? ______ YES _______ NO 8. If you answered YES to Question # 7, what hardware and/or services called for in the PWS/SOW can your company provide? Please provide specific examples. 9. If you answered NO to Question # 7, what hardware and/or services called for in the PWS/SOW can your company provide? Please provide specific examples. 10. Can you acquire enough space to perform this task prior to contract award or within 15 calendar days after contract award? 11. Please provide details regarding proposed joint ventures, teaming arrangements, strategic alliances, or other business arrangements to satisfy requirements of the entire PWS/SOW. Offerors are encouraged to identify teams, indicating each team member's size status based upon the North American Industrial Classification System (NAICS) code of the work that the team member may be doing. 12. 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 13. What are the core competencies of your employees that support your current Elevated Sensor systems? Also, provide the total number of individuals currently employed by your company that support your satellite systems program. 14. Describe any experience operating in hostile, contingency or combat environment, in support of military operations worldwide. 15. Does your company needs to have a TOP SECRET facility or access to one should it be required? 16. If you are planning on teaming with other companies, Please list the process used in selecting the members? 17. Does your company have a DCAA approved accounting system? 18. Interested companies may also provide a quote mark White Paper quote mark (no more than 10 pages in length) describing how its products and technical expertise could produce and deliver such a capabilities as described in the DRAFT PWS/SOW. Also, identify your company's past and current customers to which you provided similar products, including a customer/company name and point of contact, phone number and address/e-mail where they can be contacted. ***All information should be provided via electronic mail to the Contracting Officer, Gregory F Kaiser, email: gregory.f.kaiser2.civ@mail.mil, and the Contracting Specialist, Tyler Restrick, email: tyler.j.restrick.civ@mail.mil at no later than close of business, 17April 2014.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/a9b9ee0da137ba4102eabb74252116f5)
- Place of Performance
- Address: ACC-APG - Aberdeen Division B HQ CECOM CONTRACTING CENTER, 6001 COMBAT DRIVE ABERDEEN PROVING GROU MD
- Zip Code: 21005-1846
- Zip Code: 21005-1846
- Record
- SN03340858-W 20140418/140416235644-a9b9ee0da137ba4102eabb74252116f5 (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 |