Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF NOVEMBER 06, 2015 FBO #5096
SOURCES SOUGHT

A -- SS/RFI for US Army Kwajalein Atoll, Test/Mission and C4IM Contract Support

Notice Date
11/4/2015
 
Notice Type
Sources Sought
 
NAICS
541712 — Research and Development in the Physical, Engineering, and Life Sciences (except Biotechnology)
 
Contracting Office
Department of the Army, Army Contracting Command, ACC - RSA - SMDC, ATTN: SMDC-CM-AP, PO Box 1500, Huntsville, Alabama, 35807, United States
 
ZIP Code
35807
 
Solicitation Number
W9113M15R0007
 
Point of Contact
Kim L. Gillies, Phone: 2569555875
 
E-Mail Address
kim.l.gillies.civ@mail.mil
(kim.l.gillies.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
THIS IS A SOURCES SOUGHT/REQUEST FOR INFORMATION (RFI) ONLY AS DEFINED IN FAR 15.201(e). THE PURPOSE OF THIS NOTICE IS 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 ANNOUNCEMENT IS ISSUED IN SUPPORT OF MARKET RESEARCH, TO GATHER INFORMATION, AND TO IDENTIFY POTENTIAL SOURCES. A. STATEMENT OF NEED As further described below, the U.S. Army Contracting Command-Redstone Arsenal (ACC-RSA) is interested in Continental United States (CONUS) and Outside Continental United States (OCONUS) contract support services in support of the U.S. Army Space and Missile Defense Command/Army Forces Strategic Command (USASMDC/ARSTRAT) Ronald Reagan Ballistic Missile Defense Test Site (RTS), to include (but not limited to) the operation and maintenance (O&M) of sensors and systems, mission data collection, support to customers for missile and system testing, and space surveillance and object identification for the Warfighter. Additionally, contract support services are required to support activities at a control center in Huntsville, AL, known as the RTS Operations Center-Huntsville (ROC-H). B. BACKGROUND RTS The RTS is an approved DoD Major Range and Test Facilities Base (MRTFB) that supports approved Department of Defense Military Service, Joint Forces, and commercial tests. As a MRTFB, RTS services primarily focus on Research, Development, Test and Evaluation (RDT&E) efforts. RTS is a tenant organization on the U.S. Army Garrison - Kwajalein Atoll (USAG-KA), which is managed by the U.S. Army Installation Management Command (IMCOM). The U.S. Army leases 11 islands within Kwajalein Atoll from the Republic of the Marshall Islands (RMI) under a Military Use and Operating Rights Agreement (MUORA); the MUORA is part of the Compact of Free Association between the US and the RMI. RTS equipment, instrumentation and facilities are located on 8 of these 11 leased islands. Kwajalein Island and Roi Namur Island require 24 hour, 7 days a week contractor support of RTS mission operations. During test operations the RTS operational area expands to encompass an area with a radius of 500 nautical miles of both Kwajalein Island and Wake Island. Mission operations include radar, optics, telemetry, command and control, launch ordnance, calibration, voice and data communications, data collection/distribution, data reduction, and information services including intercontinental communications. Note that many of these capabilities are one of a kind in both their function and employment, and include both O&M and Improvement and Modernization (I&M). RTS conducts mission operations in a split base configuration with data collection sensors and the secondary operations control center (KMCC - Kwajalein Mission Control Center) on the Kwajalein Atoll and the main operations control center at ROC-H. Location/Demographics Kwajalein Atoll is approximately 2,100 nautical miles west-southwest of Hawaii; it is a crescent loop of coral islands enclosing the world's largest lagoon (1,100 square miles). The atoll is 75 miles from Kwajalein Island (on the south reef) to Ebadon Island (northwest corner) and 15 miles west/east (at the widest point). Kwajalein Island is home to approximately 1,500 people and its population is a mix of DoD active duty (AD) personnel, Department of Army civilian (DAC) employees, and DoD contractor personnel and their family members. Roi-Namur Island is 50 miles north of Kwajalein Island and is home to approximately100 unaccompanied DoD contractor personnel. Meck Island is 20 miles north of Kwajalein Island, has no permanent residents, and is used primarily during missions as a launch site. Ebeye Island is 5 miles north of Kwajalein Island and is home to approximately 15,000 local nationals. Wake Island, which is approximately 700 miles north of Kwajalein Atoll, is utilized by RTS test customers and is supported during test activities on a campaign basis. Travel RTS is a remote location with limited travel options. Currently, only the U.S. Air Force Air Mobility Command and United Airlines service Kwajalein Atoll (both options require travel through Hawaii). The minimum travel time from the Continental United States (CONUS) is two days. Of note, the remote location increases the transportation costs and lengthens supply chain operations. Corrosive Environment Kwajalein Atoll is one of the most highly corrosive environments in the world. The salt content of the ocean and salt spray causes most metals (including stainless steel) to begin to oxidize within a matter of weeks. This environment results in a significant cost consideration as equipment refreshment rate and maintenance costs are substantial. Host Nation Infrastructure The RMI is a developing nation. The neighboring islands do not have adequate infrastructure to support the population currently residing on Kwajalein Island. Local and third country nationals reside on Ebeye Island and must transit through Kwajalein Island to reach the international flights operated by United Airlines. This island has a struggling infrastructure due to the dense population (.125 square miles or 80 acres in size; 5th most densely populated island in the world). Due to the limited infrastructure, USAG-KA houses and/or hosts all AD, DAC, and DoD contractor personnel, as well as selected local national personnel. C. CONTRACT SUPPORT SERVICES; MILESTONES General Scope As further described below, anticipated higher level performance work statement (PWS) objectives for the resulting RFP include: 1) contractor management and administration support services; 2) supply services support; 3) mission support services; 4) instrumentation O&M support services ; 5) instrumentation modifications support services; 6) mission command, control, communications, computers, and information management (C4IM) contract services support; and 7) support functions. Note that it is anticipated that a majority of contractor performance will be at the Secret level with a small percentage of contractor effort at the Top Secret work (the RFP will detail these requirements). • Contractor management and administrative support services.  Implement a contractor organizational structure to exercise administrative, executive, managerial, and supervisory direction over contractor personnel to ensure the effective and efficient accomplishment of the requirements.  Provide the optimum number of qualified personnel at the right time, with the right equipment and material, to perform requirements correctly the first time.  Establish an efficient and effective contractor human resources management system to ensure that knowledgeable, qualified, and trained personnel with the expertise and skills necessary to provide support services are recruited and retained.  Implement a comprehensive, effective, and proactive quality control program.  Establish an inspection system applicable to all requirements.  Establish and operate comprehensive, effective, and efficient industrial safety, occupational health, industrial hygiene, and community safety programs in support of RTS operations.  Establish and maintain an effective, efficient, reliable, and timely financial management system to control the accountability, budgeting, expenditure, and reporting of fiscal resources allocated to the contract (note that this system must be capable of collecting, allocating, reporting and billing costs associated with RTS Program/Mission operations).  Operate an effective, efficient, reliable, and timely property control activity via a Government approved system.  Establish and maintain an effective and efficient Configuration Management/ Configuration Control (CM/CC) Program to ensure all hardware and software are properly identified and documented and that proper change control procedures are in place and followed. For the RTS, provide CM/CC consisting of configuration identification, change control and status accounting, configuration audits, configuration control, and data management. • Supply services support. Maintain an RTS supply system ensuring adequate supplies are on hand to support RTS instrumentation O&M and modifications in support of RTS and its customers. • Mission support services.  Assist in development and performance of program test planning, mission documentation, and special studies as required to ensure that all customer requirements are identified and satisfied through comprehensive support plans documented per the Range Commander's Council's Universal Documentation System (UDS).  Provide timely, innovative, cost-effective program and mission support concepts that meet all documented technical requirements, which are performed in support of the RTS organization located in Huntsville, AL.  Provide mission cost estimate input in terms of work-hours, material costs and other direct costs, and report actual mission costs in the same terms.  Assist in mission test planning, documentation development and support to integrated product teams to ensure that all customer requirements are satisfied through a comprehensive mission testing process.  Provide timely, innovative and cost-effective mission test planning concepts that meet all documented technical requirements.  Operate RTS instrumentation required to support missions and collect the required data per the mission test plans and support documentation.  Prepare and transmit data to RTS command centers, data centers, and/or customers.  Perform "Quick Look" analysis, as well provide "Quick Look" reports/presentations as requested; prepare mission assessment reports and after action reviews. • Instrumentation O&M support services.  Ensure that all RTS instrumentation/systems provide the capability to meet customer requirements.  Operate all required RTS range instrumentation/systems/sensors according to test and non-test (i.e., space operations, and other RTS range customer operations as authorized by the Government) mission plans and schedules and collect the required data for each mission (exception will be that the contractor will not man the flight safety officer (FSO) and range safety officer (RSO) range safety console positions during mission support activities as these will be manned by Government personnel).  Perform all necessary actions to maintain RTS instrumentation/systems hardware, software, ancillary equipment and facilities on-site or in CONUS such that they meet published capabilities (published capabilities will be provided with the RFP), to include maintaining instrumentation/systems published accuracy and performance as well as maintaining availability, reliability, supportability, and ease of use. The contractor shall conduct any necessary testing to collect the appropriate data and present this data (as required) to prove that the maintenance requirements have been met. • Instrumentation modifications support services. Provide modifications to RTS instrumentation/systems. (Note that such is usually accomplished two ways: 1) planned (anticipated) "minor" modifications that are funded each fiscal year through the normal budgeting process; and 2) "major" modifications that are either not necessarily planned (unanticipated) or planned subject to availability of funding; for major modifications the yearly budget will be increased for these special projects. Modifications may be done to support the test range customer or to improve accuracy, efficiency, reliability, availability, maintainability, ease of operation and/or reduce costs). • Mission C4IM contractor services support.  Provide for data, voice, timing, frequency management, spectrum analysis and control circuits for conducting the test programs undertaken at RTS.  Maintain an information technology upgrade and performance improvement program for RTS Information Management Systems (IMS) to include designing, developing, re-engineering, and integrating state-of-the-art sustaining base and automated information systems environment to support RTS missions and functions. Note that these C4IM systems must be compliant with the latest DoD and/or Army cyber and/or security accreditation requirements.  Support functions.  Provide engineering support to RTS for special studies, special projects/task.  Provide personnel, materials and equipment necessary to perform launch ordnance operations.  Support ground safety operations for local missile launches including launches from the Kwajalein Atoll, Wake Island and other temporary launch facilities.  Provide specialized facility maintenance (air conditioning/electrical/machine shop mission critical work/antenna maintenance) for the facilities which enclose range instrumentation/systems as identified in the RFP.  Provide and track the status of RTS technical facilities projects for inclusion into the US Army Kwajalein garrison annual work plan (AWP) process (note that the effort will focus on range facilities/critical facility systems maintenance/repairs to support the success of mission objectives by range instrumentation/system assets).  Calibrate and repair test measurement and diagnostic equipment (TMDE) consisting of electronic measurement equipment, avionics, communication, temperature and pressure gauges, physical measurement tools, and other general purpose precision equipment.  Support to other Government agencies and contractors, to include providing technical expertise and maintenance services and assistance to others.  Support radio frequency (RF) safety with respect to RTS emitters on Kwajalein, Roi-Namur, Meck Island, and elsewhere as required.  Support RTS environmental services operations with respect to RTS missions on Kwajalein, Roi-Namur, Meck Island and elsewhere as required. Contactor Support Services As noted above, the RTS MRTFB services primarily consist of RDT&E efforts. Therefore, related contractor support services include on-site and off-site engineering, technical support services, and acquisition of materials and equipment required to operate, maintain, analyze, and modify the RTS instrumentation and related support systems. RTS instrumentation includes highly sophisticated one-of-a-kind radar systems designed for collection of precise metric, imaging, and signature data; additional radar metric and impact location assets; telemetry tracking and data acquisition systems; and optics capabilities for highly accurate metrics, spectral characteristics, documentary video and photography, and scoring data. Additional contractor support services include (but are not limited to) the following activities: • O&M and modification of communications systems that provide secure and non-secure data, voice, timing, and control circuits for conducting test programs and space surveillance missions with data collection sensors at RTS and ROC-H, as well as routine administrative communication needs (note that this includes above baseline C4IM, which includes information assurance [IA] of these systems and networks); • Electro-magnetic frequency control, surveillance, and analysis; • Timing reference, synchronization, and control; • Ordnance receipt, inventory, handling, and storage; • Communications Security (COMSEC) equipment receipt, inventory, and control; • Calibration, repair, and maintenance of TMDE; • Mission planning and preparation to include evaluation of mission requirements, development of mission support plans and operational planning documents, preparation of operations schedules, and the adaptation of procedures as required to successfully support user requirements; • Design, implementation, testing, and documentation of hardware and software modifications to the instrumentation and technical support systems in order to maintain the sophisticated capability required by the complex RDT&E missions supported by RTS; • Operations, maintenance, and engineering services in support of RTS: and • Assistance in coordinating with USAG-KA for support to RTS O&M and I&M. Milestones The anticipated contract award date will support a 90 day transition period (beginning on/about December 1, 2017) with full performance beginning March 1, 2018. D. INFORMATION SOUGHT Please provide information as requested below in an Abode pdf white paper format via an electronic email attachment. The electronic email submittal shall not exceed 15 one-sided 8.5"x11" pages with a text font of Arial, font size 12. The submitted information shall not contain classified or proprietary information and shall be clearly marked "NO CLASSIFIED/PROPRIETARY INFORMATION." 1. Please identify your company, business size, and core competencies; please also include the full company name and relevant point of contact(s) (to include name, position, telephone number, and email address). The anticipated NAICS Code is 541712, with a small business size standard of 1,000 employees. 2. Please state whether your company regularly engages in the business of providing contractor support services in support of the functions described above. Briefly discuss the related contract support services your company is currently performing or has performed within the last five years from the date of this notice. Please also provide no more than three examples of recent and relevant contract experience to the U.S. Government that relates to required contractor services describe above (please include contract type, period of performance, performance location, scope of work synopsis, contract awarded dollar value, and contract award obligated amount); 3. Please address your company's capabilities to manage split RTS Range operations (i.e., instrumentation/sensor outside CONUS [OCONUS] with mission planning and mission operations control in CONUS to include overall contract and program management from CONUS. The term "overall contract program management" is meant to include the company's senior corporate management that make the overall decisions for the contracted effort (i.e., contractor equivalent to the Governmental Program Manager/RTS Director). Note that it is the Government's intent to provide approximately 100 offices within the ROC-H to the contactor. 4. Please describe what RTS functions and/or personnel your company recommends being located on Kwajalein (or other Republic of the Marshall Islands controlled by the USG) and those to be located in CONUS (whether to the ROC-H or elsewhere) and why. 5. RTS is now a tenant on the newly established IMCOM USAG-KA garrison. From your company's perspective, please discuss what areas or concern exist or may exist under this new arrangement that could impact RTS operations or contactor support of those operations, as well as your company recommendations to address such. 6. The Government is contemplating a C type contract with a hybrid CLIN structure consisting of both fixed price and cost reimbursable components. Please discuss what contract type arrangement (for example, incentive fee, award fee, fixed price, firm-fixed-price, etc., if any) your company recommends to ensure successful performance of critical contract functions. 7. Please discuss what contract fee incentive(s) arrangement(s) (if any) your company recommends to ensure successful performance of critical contract functions. 8. The Government is contemplating a 5-10 year contract period of performance with a base period and options. The approximate annual contract value is ~$50M. Please provide any recommendations/concerns with this term length and/or structure. 9. Please discuss what risks (if any) your company sees to successful contract execution and your company recommendations to mitigate those risks. SUBMITTAL OF INFORMATION SOUGHT IS REQUESTED VIA ELECTRONIC MAIL ONLY TO KIM GILLIES, CONTRACTING OFFICER, CCAM-CAA-B, ACC-RSA, KIM.L.GILLIES.CIV@MAIL.MIL, NO LATER THAN 4:30 PM CST ON DECEMBER 02, 2015. THE GOVERNMENT DOES NOT INTEND TO AWARD A CONTRACT ON THE BASIS OF ANY RESPONSE. AN RFP IS NOT AVAILABLE AT THIS TIME. REQUESTS FOR A SOLICITATION WILL NOT RECEIVE A RESPONSE. RESPONSES TO THIS NOTICE ARE NOT OFFERS AND CANNOT BE ACCEPTED BY THE GOVERNMENT TO FORM A BINDING CONTRACT. THIS MARKET RESEARCH AND RFI IS FOR PLANNING PURPOSES ONLY. THE GOVERNMENT SHALL NOT REIMBURSE RESPONDENTS FOR INFORMATION SOLICITED. THE INFORMATION PROVIDED HEREIN IS SUBJECT TO CHANGE AND IN NO WAY BINDS THE GOVERNMENT. THE GOVERNMENT RESERVES THE RIGHT TO CONSIDER ACQUISITION STRATEGIES AS DEEMED APPROPRIATE. END OF NOTICE
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/feca66f480042ecdd9299a9aeccc86a5)
 
Place of Performance
Address: Kwajalein Atoll, Marshall Islands, Huntsville, Alabama, United States
 
Record
SN03937964-W 20151106/151104234933-feca66f480042ecdd9299a9aeccc86a5 (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.