Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 06, 2014 FBO #4669
MODIFICATION

58 -- Continued Production and Support of Mobile Ground Tactical SIGINT Systems/Capabilities

Notice Date
9/4/2014
 
Notice Type
Modification/Amendment
 
NAICS
334515 — Instrument Manufacturing for Measuring and Testing Electricity and Electrical Signals
 
Contracting Office
ACC-APG - Aberdeen Division C, 6001 COMBAT DRIVE
 
ZIP Code
00000
 
Solicitation Number
W56KGY-14-S-KC01
 
Response Due
9/8/2014
 
Archive Date
11/3/2014
 
Point of Contact
Kevin Cook, 443-861-5375
 
E-Mail Address
ACC-APG - Aberdeen Division C
(kevin.j.cook2.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
Modification 01: Q&A 01 attached. THIS SOURCES SOUGHT ANNOUNCEMENT 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. Synopsis: The US Army is seeking PRIME contractors to produce, test, train and support twenty-six (26) ground tactical SIGINT systems in accordance with the capabilities provided by an existing configuration (see attached System Description for an overview of capabilities) under NAICS code 334515. The Army is determining the availability and technical capability of potential offerors to provide systems in order to continue the program's production efforts. The period of performance is limited to two years, beginning in February 2015. Respondents are asked to provide a response that addresses, at a minimum, the following topics that include a summarization of past relevant Signals Intelligence (SIGINT) systems experience. Basic Information: 1. Company name, address, cage code, and full point of contact information. 2. State whether your company is considered a Large or Small Business. 3. Provide conformation that the company has a Defense Contract Audit Agency (DCAA) approved accounting system. 4. Provide details regarding any potential or existing teaming arrangements, strategic alliances, or other business arrangements to satisfy the requirements. Respondents are requested to identify teams, indicating each team member's role/responsibilities and the process/rationale used in selecting the teaming members. Technical Requirements: 5. Description of an existing (or their ability to immediately establish) classified (at the TS/SCI level ) production facilities/capabilities (minimum of 30,000 square feet) and the associated TS/SCI cleared, trained/experienced staff to enable production of systems within 30 days of contract award. Discussion should include verification of the ability of the responder to support production at a rate of no less than 2 systems per month with initial system deliveries to begin within 180 days of contract award. The responder should also include a plan to support a quote mark surge quote mark production rate of 8 systems per month. Facility requirements include access to SIPR, JWICS and NSANet. 6. Provide proof of an existing staff of a minimum of 150 TS-SCI cleared personnel that would be dedicated to this program to execute all required management, engineering, logistics support, and manufacturing/production tasks. Also, please identify the company's facility clearance level and the level of safeguarding classified material. 7. Provide a plan to execute formal Contractor/Government testing (i.e. Developmental/Technical Testing and First Article Testing) of the proposed production system including all required documentation to achieve a Full Material Release (FMR). 8. Provide documentation of demonstrated expertise in successfully executing the SCI accreditation process. 9. Provide a plan/schedule on obtaining an Authority to Operate (ATO) certification from the Designated Accreditation Authority (DAA) based on successful compliance with the DoD Information Assurance Risk Management Framework (RMF) requirements for the overall system (i.e. system and communications over the Trojan transport layer - Trojan Data Network 0, 1, 2 and 3 enclaves) NLT 210 days after contract award to support initial fielding. 10. Document experience (minimum of 3-5 years) with developing, integrating, training, and maintaining/sustaining software for SIGINT systems. 11. Provide an overall Work Breakdown Structure (WBS) Level 2 IMS that identifies/highlights key milestones/events from contract award through initial testing, first system delivery, production schedule, NET events, complete support (including depot operations), and other items as called out in this requirements list (e.g. approval of an ATO, etc). The IMS shall include a critical path determination. 12. Document expertise with other agency collaborative efforts such as Theatre Netcentric Geolocation (TNG), Redhawk, SIGINT dataflow and standard tools. 13. Provide a brief summary of the responder's knowledge and experience with the TROJAN data network. 14. List of the top 5 risks associated with executing this effort (including proposed Mitigation Plans IAW the DoD/DAU Risk Reporting Matrix). 15. Document the strategy to continue support of the overall lifecycle sustainment/management plan including: a. Maintaining the system support package. b. Provisioning of any new system spare components/suppliers and depot operations. c. Updates of the training Program of Instruction (POI)/curriculum and Technical Manuals (TMs) including the proposed use of inter-active media to enhance learning as required. d. Staffing of TS/SCI cleared, highly experienced and uniquely SIGINT knowledgeable team of Fielders/Field Service Representatives/Certified Military Instructors to field/support/train the systems (minimum of 2 teams of 5 personnel each is required to support simultaneous NET events ( these individuals are part of the 150 noted above). 16. Provide documentation demonstrating expertise in acquiring an approved Army System Safety Release. 17. Provide documented proof (e.g. DoD/other contract numbers, etc) of the responder's past experience with integrating, producing, fielding and supporting tactical ground SIGINT systems/programs. Include customer names and POCs. Response Instructions: Please only respond if you can support the entirety of the effort, including satisfying all production, testing, and training and support requirements. No classified information should be included in your response. If you have any doubt/discrepancy regarding the classification of data/information, please do not include it in your response. Proprietary information is acceptable but must be marked as proprietary. The Government reserves the right to use any non-proprietary technical information in any resultant solicitation(s). Responses shall be submitted in hardcopy only (3 copies) and not exceed 20 pages in length excluding cover page, administrative pages, and the Integrated Master Schedule (IMS). Pages containing text shall be typewritten, on standard letter 8.5 quote mark x11 quote mark size paper. Each paragraph shall be separated by at least one blank line. Drawings or other graphics shall be reduced only to the extent legibility is not lost. Each page shall be single spaced with a minimum of 12-point Times New Roman font and no less than one inch margins/borders. Any table or graphic shall utilize a minimum of 10-point Times New Roman font and may be landscape. The Government will not reimburse responders to this notice for any costs incurred in responding, or in any subsequent exchange of information. Any proprietary and restricted information shall be clearly marked. Responses must be received by 12:00 noon on 08 September 2014 Responses must be sent via FedEx to: US Army PM EW ATTN: SFAE-IEW-EW Security Office, Alison Powell 5100 Magazine Road Aberdeen Proving Ground, MD 21005
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/76761d9421cecec580c41d4565760dd9)
 
Place of Performance
Address: ACC-APG - Aberdeen Division C 6001 COMBAT DRIVE6001 COMBAT DRIVE6001 COMBAT DRIVE, Aberdeen Proving Ground MD
Zip Code: 21005-1846
 
Record
SN03496423-W 20140906/140905000052-76761d9421cecec580c41d4565760dd9 (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.