Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 26, 2014 FBO #4627
SOURCES SOUGHT

58 -- Persistent Surveillance System of Systems (PSDS2)

Notice Date
7/24/2014
 
Notice Type
Sources Sought
 
NAICS
334111 — Electronic Computer Manufacturing
 
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
W56KGY-15-R-PSDS2
 
Response Due
8/8/2014
 
Archive Date
9/22/2014
 
Point of Contact
Rickeyea M Singleton, 443 861 4804
 
E-Mail Address
ACC-APG - Aberdeen Division B
(rickeyea.m.singleton@civ.army.mil)
 
Small Business Set-Aside
N/A
 
Description
SUBJECT: Request for Information (RFI) for the Persistent Surveillance System of Systems (PSDS2) The US Army Program Executive Office Intelligence, Electronic Warfare & Sensors (PEO IEW&S) in support of Product Manager Electro Optical and Infrared Payloads (PdM EOIR) is conducting a market survey to identify sources to provide, engineering support, logistics support, configuration management, training support services, and acquisition of spares for the PSDS2 program. This RFI is for planning purposes only, and shall not be considered as an Invitation for Bid, Request for Quotation, Request for Proposal, or as an obligation on the part of the Government to acquire any products or services. Responses to this RFI will be treated as information only. No entitlement to payment of direct or indirect costs, or charges by the Government, will arise as a result of contractor submission of responses to this announcement, or the Government use of such information. The Government reserves the right to reject, in whole or part, any contractor input resulting from this request. This request does not constitute a solicitation for proposals, or the authority to enter into negotiations to award a contract. No funds have been authorized, appropriated, or received for this effort. The information provided may be used by the Army in developing its acquisition strategy, Performance Work Statement, Statement of Objectives, and/or Performance Based Specification(s). Parties responding to this RFI are responsible for adequately marking proprietary or competition sensitive information contained in their response. The Government does not intend to award a contract on the basis of this RFI, or to otherwise pay for the information submitted in response to this RFI. PSDS2 is a Full Motion Video (FMV) system and architecture that ingests video from sensors into a centralized location to support persistent surveillance, video exploitation, dissemination and archiving. PSDS2 is a Quick Reaction Capability (QRC) that has been fielded since 2005. The Original Equipment Manufacturer (OEM), Raytheon, has ownership of the Technical Data Package (TDP). The Government is attempting to identify other potential sources capable of meeting the following requirements: 1) The source will be required to provide engineering support services for the hardware and software/firmware for PSDS2 system. 2) The source will provide logistics and configuration management for the PSDS2 system. This includes the hardware, software/firmware materials to update, maintain and sustain the PSDS2 system. 3) The source will provide training support services to contractors, military, and government personnel on sustainment of the PSDS2 systems. This service will include the training documentation/manuals. 4) The source will be responsible for managing the inventory of the PSDS2 systems and maintaining a parts inventory that is adequate to support a system Operational Availability (Ao) of 85 percent over continuous operations (24/7/365). 5) The source shall plan on supporting at least two (2) CONUS test events per year. Should there be OCONUS travel required to support operations the direction and approval will come from the Government. The PSDS2 systems to be supported reside Outside Continental United States (OCONUS) and within the Continental United States (CONUS). Interested vendors are required to provide an approach as to how to meet the above requirements. The planned acquisition is a one (1) year base contract with two (2) one (1) year option periods. The Government anticipates contract award 2QFY16. The contract will be Cost-Plus Fixed Fee (CPFF). Written responses to the market survey as a potential source of the described support are due within fifteen (15) days of posting. Responses shall be limited to no more than 10 pages in length, to include the cover. All RFI responses should include a non-proprietary cover page, which includes your company name, technical point of contact, and contact information. The potential sources should refer to the requirements paragraph within this request when providing their response. This market survey is not a request for competitive proposals. Capabilities/qualifications will be evaluated solely for the purpose of conducting market research. Responses will be evaluated for their viability. All sources may submit a response, which will be considered by the government. This market survey is for information and planning purposes only, does not constitute a solicitation for bids or proposals, and is not to be construed as a commitment by the government. The government will not pay for any effort expended in response to this market survey. Send responses to Project Lead Thomas Almuttil email: Thomas.m.Almuttil.civ@mail.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/985eda79d0c63ccd63ee9f84a5c6d656)
 
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
SN03436992-W 20140726/140724235548-985eda79d0c63ccd63ee9f84a5c6d656 (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.