MODIFICATION
58 -- Request for Information (RFI) for Persistent Threat Detection System (PTDS) engineering services, operations, and logistic support.
- Notice Date
- 7/22/2015
- Notice Type
- Modification/Amendment
- NAICS
- 541330
— Engineering Services
- Contracting Office
- ACC-APG - Aberdeen Division C, 6001 COMBAT DRIVE
- ZIP Code
- 00000
- Solicitation Number
- W56KGY-15-R-PTDS
- Response Due
- 7/31/2015
- Archive Date
- 9/20/2015
- Point of Contact
- Brian Holman, 443-861-4800
- E-Mail Address
-
ACC-APG - Aberdeen Division C
(brian.j.holman2.civ@mail.mil)
- Small Business Set-Aside
- N/A
- Description
- Product Director (PD) Aerostats, Aberdeen Proving Ground (APG) is seeking sources to provide engineering services, operations, and logistic support for the Persistent Threat Detection Systems (PTDS). PD Aerostats is determining the availability and technical capability of potential offerors to support PTDS engineering/technical, logistics, and operations support in order to refine the program's acquisition strategy. ANTICIPATED PERIOD OF PERFORMANCE: To be determined. RESPONSE DUE DATE: Interested parties should submit responses electronically no later than 31 July 2015, 1600 Eastern Daylight Time via e-mail to Thomas Frank at Thomas.M.Frank.civ@mail.mil. DISCLAIMER: THIS IS A REQUEST FOR INFORMATION (RFI) AND SHOULD NOT BE CONSTRUED AS A SOLICITATION ANNOUNCEMENT, INVITATION FOR BIDS, REQUEST FOR QUOTATIONS, OR A REQUEST FOR PROPOSALS. THE SUBMISSION OF THIS INFORMATION IS FOR PLANNING PURPOSES ONLY. IT IS NOT TO BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT TO ACQUIRE ANY PRODUCTS OR SERVICES, NOR DOES THE GOVERNMENT INTEND TO AWARD A CONTRACT ON THE BASIS OF THIS REQUEST FOR INFORMATION OR OTHERWISE PAY FOR THE INFORMATION SOLICITED. Your response will be treated only as information for the Government to consider. You will not be entitled to payment for direct or indirect costs that you incur in responding to this RFI. Furthermore, 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 Army, in developing its acquisition strategy, Statement of Work/Performance Work Statements and/or Statement of Objectives, may use the information provided. Accordingly, interested parties are responsible to mark proprietary, restricted or competition sensitive information contained in their response adequately. CONFIDENTIALITY: No classified, confidential, or sensitive information should be included 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). QUESTIONS TO THIS ANNOUNCEMENT: All questions pertaining to this announcement are due within 10 business days after release. Only one (1) set of questions per company will be accepted via e-mail. Telephone requests will not be accepted. PROGRAM OBJECTIVE: The purpose of this RFI is to identify potential sources capable of providing materials and support services to include program management, engineering services, sub system, component, repair parts, and spares procurement, above user-level maintenance, training, trainer/test system, test and evaluation, logistics support, and reset, storage, and transportation for up to 66 PTDS systems in the continental United States (CONUS) and outside the continental United States (OCONUS). PTDS is a lighter than air tethered aerostat system with a fully integrated persistent surveillance and dissemination capability that enables response forces the ability to Find, Fix, Track, Target, and Engage threats acting against US and Coalition forces. The PTDS provides 24 hour /7 day a week continuous operation including robust characterization of the battlefield through day/night, 360-degree detection, surveillance, monitoring, and target-location capability. PTDS is capable of providing Full Motion Video (FMV), Electro-Optical/Infrared (EO/IR), and cross-cueing sensors. PTDS are fielded with: two (2) MX-series cameras, one (1) unattended transient acoustic measurement and signature intelligence system (UTAMS), and one (1) high antenna for radio communications (HARC) system. PTDS may also be fielded with additional authorized list (AAL) payloads that provide capability sets above and beyond the baseline. AAL payloads are deployed as mission requirements dictate. These AAL items include: two (2) dismounted and ground moving target indicator radar systems, wide area surveillance and wide area motion indicator sensors, full motion video and coded laser designator sensors, which provide laser designating capability and a tactical data communications link, which provides video broadcast capability. PTDS is designed for payload modularity to support integration of required components to meet Warfighter needs and may also be fielded with intelligence, surveillance, and reconnaissance and/or chemical, biological, radiological, and nuclear sensor equipment. The Government possesses a partial technical data package for the PTDS. INSTRUCTIONS TO RESPONDERS: Please respond if you can support the entire requirement, or any portion of the requirement. Responses are requested outlining firms capabilities for providing engineering, operations, and logistic support services. Responses shall be submitted via electronic mail. Respondents are permitted to provide only ONE (1) response package. Submissions shall be made, as appropriate, in Microsoft Office 2003 or more recent versions [Microsoft Word, Microsoft Excel (data file should be.xls file format), Microsoft Project and Microsoft PowerPoint]. Excel files shall not contain any hidden cells, hidden sheets, locked formulas, or access data from any files that are not included with the response package. The response package shall not exceed 25 pages, and shall be delivered in an outline structure highlighted in the requirements section. Pages containing text shall be typewritten, on standard letter 8.5 quote mark x 11 quote mark size paper. Each paragraph shall be separated by at least one (1) 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 (1) inch margins/borders. Any table or graphic shall utilize a minimum of 10-point Times New Roman font and may be landscape. REQUIREMENTS: Respondents are asked to provide a detailed approach for the following questions that include a summarization of past relevant aerostat operation and mission support equipment experience. When responding, please retain the outline structure provided below. 1. Address in detail with supporting data your company's recent relevant work performance (i.e., aerostat mission support equipment experience) and/or current work experience in the performing similar efforts with the same level of complexity and scale for the U.S. Government. Your company may provide work experience and past performance data related to affiliated companies and as such that work experience and past performance data will be identified as to the affiliated company submitting a response. 2. Demonstrate your company's expertise in supply chain and logistics management and the ability to provide adequate spares and repairs for the continued operations of all PTDS systems. Response to this requirement must demonstrate that proposed repair parts/spares will integrate into the PTDS. Response to this requirement must also demonstrate how your company can provide reset services and material for retrograde services to remove corrosion, damage, and stress incurred during deployment. 3. Provide information as to how your company can provide PTDS above user-level maintenance services for all technical issues with the fielded PTDS, including sensor management and repair, any unique support equipment use in support of the program, and reachback capability to troubleshoot, diagnose, and assist/lead in resolving system testing and field issues as they occur. 4. Provide information regarding the ability to provide engineering and technical services for the PTDS, including technology insertion, system upgrades and system integration. 5. Provide information showing test and evaluation support expertise on PTDS, PTDS sensors (, MX series cameras, small tactical radar - lightweight (STARLite), UTAMS, expendable unattended ground seismic sensor, and Kestrel) and PTDS communications payloads (HARC). 6. Provide information related to the ability to provide CONUS and OCONUS training for the operation and maintenance of PTDS. 7. Provide information as to how your company would ramp up to provide support for the 18 operational PTDS during contract transition. Also, describe how your company would support drawdown theater operations and provide contingency support to place returned systems into storage to meet Warfighter contingency operations including per system space requirements, Preventive Maintenance Checks and Services (PMCS) and other recurring maintenance requirements. 8. These services shall focus on maximizing operational availability (Ao) and providing quality and reliable data and services 24 hours a day/7 days a week. A respondent to this survey should be able to show adequate engineering/technical, logistics, and operations support capability and satisfactory past performance. The respondent must have available a majority of the skills and facilities that are required to provide the necessary services and support. If a respondent chooses to utilize the services of sub-tier vendors or subcontractors, those vendors or subcontractors must also meet these criteria. COMPANY INFORMATION: 1. Please provide the following Point of Contact information: a) Company: b) Address: c) Point of Contact: d) Phone Number: e) Fax Numbers: f) Email Address: 2. Please identify your company's small business size standard based on the primary NAICS code of 541 - Professional, Scientific, and Technical Services/541330 - Engineering Services. The small business size standard for this NAICS code is $38.5 million. For more information, refer to http://www.sba.gov/content/table-small-business-size-standards. a) Small Business (SB) Concern b) 8(a) c) Small Disadvantaged Business (SDB) d) Woman-owned Small Business e) Historically Underutilized Business Zone (HUBZone) f) Veteran-owned Small Business g) Service-disabled Veteran-owned Small Business 3. If you are a small business, does your company have adequate resources, financial or otherwise, to perform the requirement?
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/06168e3ab89c030e18fb7973ec09b486)
- Place of Performance
- Address: ACC-APG - Aberdeen Division C 6001 COMBAT DRIVE, Aberdeen Proving Ground MD
- Zip Code: 21005-1846
- Zip Code: 21005-1846
- Record
- SN03806330-W 20150724/150722235717-06168e3ab89c030e18fb7973ec09b486 (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 |