SOURCES SOUGHT
10 -- REQUEST FOR INFORMATION - RAM Warn System
- Notice Date
- 3/23/2015
- 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
- W31P4Q-15-R-0094
- Response Due
- 4/6/2015
- Archive Date
- 5/22/2015
- Point of Contact
- Brian T Ridley, 256-842-7137
- E-Mail Address
-
ACC-RSA - (Missile)
(brian.ridley1@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. Format of Submissions/Point of Contact: To be considered, responses to this RFI shall be submitted no later than APRIL 06 2015 to: CCAM-SM-C Sherry B. Miller and Brian Ridley Building 5250 Martin Road Redstone Arsenal, AL 35898 Submissions or questions may also be sent electronically to: RFI responses,after the release of the RFI, are due April 06, 2015. Responses can be emailed to brian.t.ridley.civ@mail.mil and sherry.b.miller.civ@mail.mil *NO TELEPHONE CALLS* All information in responses shall 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. Data Requested: Specifically, this announcement is looking for experience/expertise in the production/integration and delivery, as well as fielding and new equipment training, for the Rocket Artillery Mortar (RAM) Warn system. RAM Warn is required to interface with the Army's Air Defense Airspace Management (ADAM) and Field Artillery Radars currently fielded. Subject Matter Experts (SMEs) must possess the technical and engineering expertise to connect RAM Warn from the radars using Rajant mesh net radios to the Counter-Rocket, Artillery, Mortar Command and Control (C-RAM C2) capability in the ADAM at the Brigade Tactical Operations Center (BDE TOC). At the BDE TOC, the SMEs must be knowledgeable to configure the mesh net radios with the C-RAM C2 such that the warn data, Point of Origin (POO) and Point of Impact (POI) is displayed on the C-RAM C2 screen. As such, properly collated/fused data within C-RAM C2 activates the warn towers at the BDE TOC alerting personnel of incoming In-Direct Fire (IDF) threats. At the BDE TOC, C-RAM C2 must be configured such that the operator will be able to view the health and status of the Rajant BreadCrumb LX4 radio mesh network and take appropriate steps. This architecture must be implemented in a wireless fashion. At the Firefinder radars, SME must be able to configure and integrate Static Interface C-RAM Communication Network (SI-CCN) and Encryption CCN (E-CCN) with AN/TPQ-36, AN/TPQ-37 radars and the Rajant radios. For the Lightweight Counter Mortar Radar, SME must configure and integrate Sensor CCN (S-CCN) and E-CCN. In both cases, the SME must complete the integration at the sensor end, and continue to array the Rajant mesh network until the link is established and operational with the BDE TOC C-RAM C2. Additionally, efforts shall include SME support during tests, exercises and demonstrations; support during engineering for integration of technology upgrades and hardware/software/firmware modifications; technical and engineering support at units and test sites; fielding and training on all systems; and support of Information Assurance (IA)/Cybersecurity requirements in regards to system design, test and implementation, and interfaces with RAM Warn, C-RAM C2 within the ADAM, and fielded radar systems. Support will be at both Continental United States (CONUS) and Outside Continental United States (OCONUS) locations. SMEs will provide technical, engineering, and logistical expertise to support the integration/production, factory acceptance testing, field acceptance test, fielding, training, and support of RAM Warn systems. All SME technical, engineering, and logistical personnel must have tactical operational knowledge of the RAM Warn hardware/software/firmware and associated software systems residing in the ADAM and/or Field Artillery Radars. Approximately one half of the personnel must have detailed knowledge to perform modifications and maintenance of the RAM Warn system hardware/software/firmware. Efforts shall include logistical support of RAM Warn systems, including Integrated Logistics Support that addresses life cycle cost reductions, optimized reliability and maintainability, logistical risk assessment and mitigation recommendations, and provisioning. Training and training support will include services and materials necessary for formal technical instruction of all RAM Warn system operator and maintainer functions. Also, SME support is required to provide other functional services such as Configuration Management (CM), Data Management (DM), and Quality Assurance/Product Assurance (QA/PA). Support required for RAM Warn includes the following major end item and subsystems: 1.Fielded Air Defense Airspace Management (ADAM) Cell a.C-RAM C2 2. Fielded Radars: a. AN/TPQ-36 (Fire Finder Radar) b. AN/TPQ-37 (Fire Finder Radar) c. AN/TPQ-50 (Lightweight Counter Mortar Radar, LCMR) 3. RAM Warn subsystems: a. Rajant BreadCrumb LX4 radio b. Static Interface C-RAM Communication Network (SI-CCN) c. Encryption C-RAM Communication Network (E-CCN) d. Blue Sky Mast e. Power Over Ethernet (POE) Injector f. Power Conditioner g. Warn Tower/Contact Mast/Speaker h. Supplemental Tactical Warn Enclosure (STWE) i. Sensor C-RAM Communication Network (S-CCN) j. Breadcrumb Commander Maintenance Laptop k. Push to Talk Microphone l. Alert Cell Controller 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. All proprietary material should be clearly marked and will be held in the strictest confidence. At a minimum, the white paper shall address four areas: the submitter's expertise within the domain, the technical approach, personnel approach, and a summary of expertise and experience. Provide a statement on how the following key attributes will be met: 1.Personnel Availability - discuss the approach for identifying, recruiting and selecting personnel 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 assignments at multiple locations, including overseas. 5.Management - discuss the management approach to be used to organize and control a system to provide the desired product and services. 6.Other Clients - discuss the major clients to whom you have provided similar products and support services, and whether you are working with clients presently regarding these type of products and services. 7.Experience - discuss past experience that would qualify the selected personnel to provide required product and services. 8.Describe how to accomplish what is required 30 days after contract award. *Responses must include company name, Commercial and Government Entity (CAGE) code, mailing address, place of performance, and appropriate point of contact information. Responses must also identify themselves as a small or large business.*
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/b250d27e48ad68d759c7bbd14e980af4)
- Place of Performance
- Address: ACC-RSA - (Missile) ATTN: CCAM, Building 5303, Martin Road Redstone Arsenal AL
- Zip Code: 35898-5280
- Zip Code: 35898-5280
- Record
- SN03676404-W 20150325/150323235924-b250d27e48ad68d759c7bbd14e980af4 (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 |