Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 28, 2015 FBO #4813
SOURCES SOUGHT

10 -- Counter-Rocket Artillery Mortar (C-RAM) System of Systems (SoS)

Notice Date
1/26/2015
 
Notice Type
Sources Sought
 
NAICS
541330 — Engineering Services
 
Contracting Office
ACC-RSA - (Missile), ATTN: CCAM, Building 5303, Martin Road, Redstone Arsenal, AL 35898-5280
 
ZIP Code
35898-5280
 
Solicitation Number
W31P4Q15R0071
 
Response Due
1/29/2015
 
Archive Date
3/27/2015
 
Point of Contact
Henry S. Dickerson Sr., 256-842-7503
 
E-Mail Address
ACC-RSA - (Missile)
(henry.dickersonsr@us.army.mil)
 
Small Business Set-Aside
N/A
 
Description
THIS IS A REQUEST FOR INFORMATION ONLY. THERE IS NO SOLICITATION PACKAGE AVAILABLE. This Request for Information (RFI) is issued solely for information and planning purposes; it does not constitute a Request for Proposal (RFP) or a promise to issue an RFP in the future. This request for information does not commit the Government to contract for any supply or service whatsoever. The Government will not pay for any information received in response to this request for information nor will the Government compensate the respondent for any cost incurred in developing the information for the Government. Any request for copies of solicitations will not be addressed since this is a request for information, not a request for proposal. Not responding to this RFI does not preclude participation in any future RFP. Any comments provided may or may not be included in a formal solicitation. The Government will not release any information marked with a proprietary legend received in response to this RFI to any firms, agencies or individuals outside the Government without written permission in accordance with the legend. Respondents may provide information on any currently available product or service that meets the Army's requirements. Submissions or questions may also be sent electronically to: All information in responses should be unclassified. The response format shall be data files either emailed or on a CD. White papers shall be limited to twelve pages with two additional pages for technical drawings. Acknowledgment of receipt of white papers will not be made and white papers will not be returned. Specifically, this announcement is looking for engineering, technical, and logistical support in the area of the Counter-Rocket Artillery Mortar (C-RAM) System of Systems (SoS) Program in the systems architecture design and analysis, systems software interface support, design/system engineering, system integration, and system fielding/install/de-install/repair/retrofit. This effort includes programmatic, engineering, test, logistics, fielding, training, integration, and integrated logistics support for the implementation of the C-RAM SoS capability in support of Ongoing Contingency Operations (OCO), C-RAM training base requirements, Operation Freedom's Sentinel (OFS) and Other Government Agency (OGA) operational requirements, C-RAM Foreign Military Sales (FMS) cases and other international agreements as directed by the C-RAM Program Office. The C-RAM SoS Mission is defined by the integration of a variety of Government-furnished and contractor-furnished indirect fire protection resources, necessary to provide protection from rocket/artillery/mortar (RAM) launches towards U.S. Government assets. Objectives include: to install and maintain the C-RAM SoS capability at Government designated priority sites FMS work maintain and sustain existing deployed logistics support centers support Army training bases and establish additional support sites as required by the Government The effort will include integration of systems engineering processes, procedures, and models across all applicable program Integrated Product Teams (IPT). The contractor shall identify performance issues and operational issues, and present them to a Government led IPT for guidance. When directed by the Government, the contractor shall investigate the issue, and recommend a plan to resolve it. If the Government accepts the plan, the contractor shall implement the plan and report results to the Government. The contractor shall support system requirements/capability refinement and Concept of Operations (CONOPS) refinement/development. The contractor shall support developing, updating, maintaining and assessing the System Architecture (SA) model, and any evolutionary variant or GFE components. In support of the C-RAM SoS integration effort, the contractor shall develop and maintain the C-RAM SoS Configuration Summary Report (CSR). The CSR shall address the configuration of the SoS quote mark as-demonstrated quote mark and as installed at each individual Forward Operating Base (FOB). The CSR shall be delivered as a technical report IAW DI-MISC-80508. The CSR includes the following: A summary description of the configuration elements as installed at each FOB. A list of major sub-systems elements as-integrated and installed at each FOB. This list shall include the information on the Hardware/Software (HW/SW) versions and quantities for each System/subsystem, shelter number(s) as-integrated and installed at each FOB and Training Sites (could be in the form of an Excel Spread Sheet built from Bill of Material (BOM)/FSR. In OFS, the contractor shall install/upgrade/de-install/integrate S&W, the Intercept capability and MNS. The contractor shall also upgrade designated MNS sites to S&W. As part of the upgrade the contractor shall provide the capability to connect S&W FOBs to the Army Battle Command System (ABCS) network and other unit owned equipment as directed by the Government. The contractor shall conduct new site surveys or redline existing FOB designs as directed by the Government IAW DI-MISC-80508. At C-RAM training bases, the contractor shall install/upgrade/de-install/integrate C-RAM Sense, Warn and Respond capabilities. As part of this support the contractor shall provide the capability to connect S&W capabilities to the ABCS network and other unit owned equipment as directed by the Government. The basic effort at all locations worldwide includes site survey, design (for S&W FOBs), and installation at each FOB for the following SoS component elements required for C-RAM: C-RAM Network (C-NET) (wireless and fiber-optic) - o includes the hardware interface from unit provided Air Breathing Threat (ABT) sensors, Indirect Fire (IDF) sensors, and Response sensors into a contractor installed C-RAM dedicated Information Technology (IT) network, with a wireless link or fiber optic link as required by the site survey from each sensor to the Operations Center. o installation of Government-furnished data encryption devices to secure data transmission from the wireless links at the sensor to Operations Center o all fiber/wireless components for the installed C-RAM IT network; o all required network adapters for C-RAM IT network. Operations Center Hardware - Contractor shall install specified equipment in a unit provided Operations Center. Minimum SoS components shall include: Counter-Rocket Artillery and Mortars Command and Control (C-RAM C2), Air and Missile Defense Work Station (AMDWS), MNS, communications and Network System and required installation kits. MNS - The contractor shall procure and install MNS Base station to install, and the internal and external speaker sets and strobes throughout the FOB, based on design requirements derived and obtained from the site survey data and developed into FOB Install Drawing Plans. This effort shall include all mounting hardware (poles, pole mounting platforms, brackets) both Contractor Furnished Equipment (CFE) and GFE. The operational environment may require temporary install. Power - The contractor shall provide the required materials (such as power strips, extension cords, power cabling, and power cable terminations/connectors, power conditioners and transformers), and shall connect all C-RAM SoS components including Lightweight Counter-Mortar Radar, to Government furnished power sources. When making these connections, the contractor shall ensure proper grounding using MIL-HDBK-419 as a guide and IAW CECOM TR-98-6, Earth Grounding and Bonding Pamphlet. Intercept: In addition to the above requirements, the OFS FOBs shall require installation, integration and sustainment of intercept capability. The contractor shall provide personnel expertise to support the Government's analysis, cost and reliability comparison on all CFE parts and component alternatives as requested and approved for investigation by the Government. The contractor shall provide personnel expertise to support conduct of prognostic and diagnostic analysis to predict failures remaining in the life of C-RAM RAM Warn C-NET mechanical equipment. The contractor shall provide personnel expertise to maintain ICDs, maintain, update and control the System Architecture (SA) configurations, especially for the SoS hard and soft interfaces for intercept and test FOBs or SA Spiral variant. This shall include a record of software versions installed by baseline, upgrade, and to equipment models installed. The contractor must be able to have personnel in place and to begin support operation at locations in Continental United States (CONUS) and Outside Continental United States (OCONUS) thirty (30) days from date of contract award. OCONUS locations include Germany, Korea, Kuwait, Iran and Afghanistan. Firms should identify their management approach in the identification and selection of personnel to provide the desired solution. Initial training of personnel to perform the desired support will not be authorized on any resultant contract. Any proprietary material should be clearly marked and will be held in the strictest confidence. At a minimum, the white paper shall provide a description of the technical approach and a statement on how the technical capabilities meet these key attributes: 1) Personnel Availability - discuss the approach for identifying, recruiting and selecting personnel for consideration to provide the desired support. 2) Personnel Selection - discuss the approach, including prerequisite qualifications, for determining the selection of personnel to perform the desired support. Identify the experience and education attributes to be used in selecting personnel. 3) Key personnel - discuss approach for the identification of key personnel and defining their duties and responsibilities. 4) Assignment location - discuss the approach for identifying and selecting personnel with the necessary qualifications for short and long term assignments at multiple locations, including overseas. 5) Training - discuss the approach for training personnel on AMDPCS software version updates that are provided by the development contractors. 6) Management - discuss the management approach to be used to organize and control a system to provide the desired support. 7) Other Clients/Experience - discuss the major clients to whom you have provided similar support services, and whether you are working with clients presently regarding the services. 8) Summary: discuss briefly why there is confidence their approach is the most effective in meeting the requirement. Responses must include company name, Commercial and Government, Entity (CAGE) code, mailing address, identify themselves as a small or large business and identify appropriate point of contact information. Additional Information: Point(s) of Contact: Place of Performance:
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/291c0319208b989d5ddfbe3e170bf60a)
 
Place of Performance
Address: ACC-RSA - (Missile) ATTN: CCAM-SM-C, Building 5250, Martin Road Redstone Arsenal AL
Zip Code: 35898-5280
 
Record
SN03624628-W 20150128/150126234452-291c0319208b989d5ddfbe3e170bf60a (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.