Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 26, 2015 FBO #4842
SOURCES SOUGHT

A -- AMRDEC System Simulation Development Directorate (SSDD) Development Operations Maintenance and Support (DOMS) Battle Management Command Control and Communications Simulation Support (BMC3SS) (SSDD DOMS BMC3SS)

Notice Date
2/24/2015
 
Notice Type
Sources Sought
 
NAICS
541712 — Research and Development in the Physical, Engineering, and Life Sciences (except Biotechnology)
 
Contracting Office
ACC-RSA - (Missile), ATTN: CCAM, Building 5303, Martin Road, Redstone Arsenal, AL 35898-5280
 
ZIP Code
35898-5280
 
Solicitation Number
W31P4Q-15-R-SSDD
 
Response Due
4/14/2015
 
Archive Date
5/14/2015
 
Point of Contact
Adelaide Stone, 256-842-5151
 
E-Mail Address
ACC-RSA - (Missile)
(adelaide.e.stone.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
REQUEST FOR INFORMATION (RFI) ONLY FOR PLANNING PURPOSES. This notice serves as market research in accordance with FAR Part 10. Responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. Respondents are solely responsible for all expenses associated with responding to this RFI. The Government is in need of information on potential SMALL BUSINESS sources that could provide the necessary technical skills, facilities, and personnel to support to the Aviation and Missile Research, Development, and Engineering Center's System Simulation and Development Directorate's (SSDD) facilities in BMC3SS simulator and prototype development, operations, maintenance, and improvement. The purpose of this RFI is to gain knowledge of interest, capabilities, and qualifications of SMALL BUSINESSES who can successfully support this requirement as a prime contractor. The type of solicitation that will be issued will depend upon the responses to this sources sought synopsis and other information available to the Government. Responses to this notice will be used as part of the information gathered as market research that will be used to develop the acquisition strategy to satisfy this potential requirement. Responses will only be accepted from those firms that are interested in being a prime contractor. THIS IS NOT A REQUEST FOR competitive PROPOSALS AND NO CONTRACT WILL BE AWARDED FROM THIS SOURCES SOUGHT SYNOPSIS. The Government has not formalized an acquisition strategy, there is no solicitation, and no other information is available at this time. Other than responses to this sources sought request for information, no other responses or inquiries will be accepted. Questions regarding the scope of work or acquisition strategy will not be accepted at this time. In order to protect the procurement integrity of any future procurement, if any, that may arise from this announcement, information regarding the technical point of contact will not be given and no appointments for presentations will be made. A determination by the Government not to compete this action based upon responses to this notice is solely within the discretion of the Government. Contemplated NAICS Code: 541712 (1,000 employees) Draft synopsis of technical requirement: The contractor shall provide the necessary technical skills and services to support SSDD BMC3 facilities in simulator and prototype development, operations, maintenance, and improvements. This effort spans the functional operations areas of the SSDD BMC3 program and is integrating elements of the Army's Air & Missile Defense with other services and the Ballistic Missile Defense System (BMDS). These are vital operational or near operational systems that enable the U.S. president, secretary of defense and combatant commanders at strategic, regional and operational levels to systematically plan missile defense operations, to collectively see the battle develop, and to dynamically manage designated networked sensors and weapons systems to achieve global and regional mission objectives. SSDD BMC3 requires a layered missile defense capability that enables an optimized response to threats of all ranges in all phases of flight. SSDD BMC3 is the force multiplier that globally and regionally networks, integrates and synchronizes autonomous sensor and weapon systems and operations to optimize performance. SSDD BMC3 is an integral part of all system ground and flight tests which verify and exercise all current and future Army & BMDS capabilities. Through operational software and networks, the SSDD BMC3 program will provide redundant connectivity and enables on-site operations and sustainment for global combatant commanders. It will provide key Army & BMDS operational services through six product lines: Missile Defense Planner Provides warfighters the capability to explore the effectiveness of various defensive plans. Supports three types of planning crossing all phases of military operations: Adaptive/Deliberate, Crisis Action, and Dynamic Planning. Command, Control and Communications Provides situational awareness by turning detailed data into decision quality information for combatant commanders. Emphasizes a common, single, integrated ballistic missile picture and provides the status of the overall BMDS from the president down to the operational levels of command. Battle Manager Provides the first true Air & Missile Defense battle management capability through SSDD BMC3. Acts as a force multiplier to achieve integrated, layered missile defense through improved sensor resource management and engagement coordination. Ballistic Missile Defense Network Provides secure network communications for the individual sensors and weapon elements of the BMDS & Army systems. Provides robust, high-availability connectivity to quickly and unambiguously share information across multiple theaters. Concurrent Test, Training, and Operations Concurrent Test, Training, and Operations - provides Combatant Commanders the ability to maintain their operational capability, participate in exercises, provide training, test and rehearse mission scenarios while the system is in an operational state or quote mark on alert quote mark. Enables the warfighter to conduct distributed, high-fidelity, Operator-In-The-Loop, end-to-end training for air & missile defense operations. International Interoperability Support warfighters in establishing international interfaces. Provide support to international system engineering, testing, and policy agreements. Simulator and Prototype Development: The contractor shall provide labor and materials to support all activities stated below including, but not limited to, modifications or improvements in simulation and prototype development facilities, simulation administration facilities, and support facilities. The contractor shall accomplish these modifications and or improvements in accordance with applicable Institute of Electrical and Electronics Engineers (IEEE), National Fire Protection Association (NFPA), or other guidance as deemed appropriate. Simulator and Prototype Development: The contractor shall perform SSDD BMC3 hardware/software design, development, integration, testing and verification. Development support shall include, as required by individual Task Orders (TO), SSDD analog and digital simulators, special airborne data collection, test ranges, end game data collection and lethality. Integration of SSDD BMC3 hardware shall require the contractor to perform laboratory special test equipment configuration modifications and new configuration development as part of simulation operation activities as scheduled in response to identified user requirements. The contractor shall support component and BMC3 level design, development, operations, maintenance and prototype fabrication for all simulation facility requirements. These facility modifications shall not exceed existing design capabilities of the laboratory facility such as heating, cooling, or electrical capacities. The contractor shall conduct design studies, analyses, generate conceptual and preliminary designs, and prototype designs in support of BMC3 development and system simulation activities. Interface and Operations: The contractor shall be responsible for configuration, calibration, operation, and verification in preparation for and during real-time simulation operations as specified in test schedules ensuring operational readiness for all facilities. The contractor shall integrate and interface various sensors, associated signatures, and simulated, developmental, or operational countermeasure hardware/software into target generation systems as required for simulation systems. The contractor shall document the target generation configuration used in the simulation, any special calibration procedures, all modifications and improvements and all simulator software programs and techniques. The contractor shall provide and operate special purpose SSDD BMC3 simulation interface and control hardware/software as well as facility interface and control hardware/software as required by individual TOs, to accomplish simulation operations. The effort shall include participation in establishing interface requirements, fabrication, support facility modification, installation and checkout of the interface hardware/software to permit integration and operation of the hardware/software into the operational simulation. The controls and interfaces shall provide for mechanical, hydraulic, heating, ventilating, cooling, electrical and electronic, analog and digital requirements for normal operation of equipment in the simulation environment. The contractor shall be responsible for mounting and removing assets, interconnecting and disassembly of interface cabling and hardware, and the verification of interface operational readiness for simulation operations. The contractor shall provide support during real-time simulation operations to maintain and operate the asset controls and interfaces and the facility interface and control hardware. Maintenance: The contractor shall perform maintenance and calibration of the simulation and development facilities, including, as required by individual TOs, control consoles, computers, simulators, and hardware/software interfaces in accordance with the maintenance manuals. The contractor shall support development and prototyping of SSDD BMC3 components and subsystems as required formulating maintenance plans and procedures. The contractor will be required to perform temporary duty (TDY) non-local travel, as required in the performance of individual task orders. The TDY destinations may include both CONUS and OCONUS locations to include possible deployment to theaters of operations. Certain contractor personnel will be required to possess SECRET CLEARANCE and/or be eligible for immediate adjudication by the cognizant security authority upon award of the contract. Future requirements for eligible personnel would be established by individual task orders. The contractor will have or be able to obtain a Top Secret Facility Clearance and shall possess Safeguarding Capabilities. Some task orders may require access to, and clearance for SECRET level. Contractor performance shall be in accordance with the National Industrial Security Program Operating Manual (NISPOM) (DoD 5220.22M) and shall ensure that all classified material is handled in accordance with the latest appropriate security classification specifications. FOREIGN PARTICIPATION WILL NOT BE ALLOWED AT THE PRIME OR SUBCONTRACT LEVEL. If you believe your firm possesses the technical capability, financial, facility, equipment and personnel resources, and relevant experience/past performance to perform the type of work specified above as a prime contractor, please submit the following information: 1. Company name and mailing address. 2. Point of contact (name, telephone number, and e-mail address). 3. Socio-economic status under the above stated NAICS (e.g., small business, HUBZone small business, 8(a), small disadvantaged business, woman-owned small business, veteran-owned small business, service disabled-veteran owned small business, etc.). 4. Current number of employees. 5. Average annual revenue for the past 3 calendar years. 6. Discuss the type and number of facilities that are currently available and would be proposed to be used to satisfy the scope of work (describe the type of facilities, capacity, capabilities and equipment, facilities clearance level, etc). 7. Discuss your capability to perform under the requirements stated above. 8. Provide a brief summary of your company's experience and past performance within the past 3 years as a prime contractor as it relates to the magnitude and scope of this anticipated requirement. Each experience provided (Government or commercial) shall include the following information: (a) name of project, (b) brief description of project, (c) contract or project number, (d) contract type, (e) client/customer point of contact (name, address, phone number, e-mail address), (f) dollar/ceiling value of the contract/project, (g) period of performance of the contract/project, (h) relevance of contract/project to requirements of this anticipated effort, (i) total number and magnitude of task orders (dollar value, duration, etc) awarded to you under the contract; and (j) total number (delineated by business size) of subcontractors/team members managed by you under the contract. 9. Discuss your firm's financial capacity to serve as the prime contractor for this effort. Discuss your financial ability to support an effort of this size and scope, considering that payments may be as much as 60-90 calendar days in arrears of actual performance on multiple task orders. 10. Identify any real or potential organizational conflicts of interest that your firm may have regarding your status as a prime contractor. Address each system and/or program separately and provide your planned approach for mitigating any conflicts. If no real or potential conflicts exist, so state. 11. As a small business under the above NAICS, discuss how your firm would meet the requirements that at least 50% of the cost of contractor performance incurred for personnel shall be expended for employees of the small business prime contractor. Responses to this request can be submitted in your own format, and shall be limited to 15 pages or less, excluding coversheets and/or table of contents. If data is submitted in electronic form, the data shall either be in Microsoft Word (*.doc or *.docx format) or Adobe Acrobat (*.pdf format). Microsoft Excel format is acceptable as well, if required. Avoid the use of non-mainstream data formats. All responses must be received by 3:00 p.m., 14 April 2015. The US Army Contracting Command - Redstone (ACC-R) is the responsible contracting office supporting this RFI. The ACC-R POCs are Andy Eiermann and Adelaide Stone. All communications regarding this RFI shall be provided to andy.eiermann.civ@mail.mil and adelaide.e.stone.civ@mail.mil. The Government has a preference to receive all data electronically by email. Interested parties may also submit their data to the following address within the same timeline requirements. Hardcopy submissions shall consist of one (1) original and five (5) copies. The appropriate mail address to use is: US Army Contracting Command - Redstone, ATTN: RFI Submission, CCAM-RD-D/ Andy Eiermann, Building 5400 Fowler Road, Redstone Arsenal, AL 35898-5000. Respondents to this Request for Information should not expect a response to their submission. Further information will be posted to this website or other appropriate web sites if required and when available. Again, this announcement is being used solely to gather market research information. This is not a request for proposals nor will any technical capability statements be considered to be a proposal. No reimbursement will be made for any costs associated with providing information in response to this synopsis or any follow-up information requests. Contracting Office Address: Army Contracting Command - Redstone (ACC-R), ATTN: CCAM-RD-D, Building 5400, Fowler Road, Redstone Arsenal, AL 35898-5000 Place of Performance: AMRDEC, SSDD, Building 5400, Fowler Road, Redstone Arsenal AL 35898-5000 US Point of Contact(s): Andy Eiermann, 256-313-0097 Adelaide Stone, 256-842-5151
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/8f27300600115a451696b38cf4c77dd0)
 
Place of Performance
Address: AMRDEC, SSDD Building 5400, Fowler Road Redstone Arsenal AL
Zip Code: 35898-5000
 
Record
SN03650792-W 20150226/150224235808-8f27300600115a451696b38cf4c77dd0 (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.