Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 27, 2016 FBO #5178
SOURCES SOUGHT

L -- TECHNICAL SURVEILLANCE FIELD SUPPORT AND TRAINING

Notice Date
1/25/2016
 
Notice Type
Sources Sought
 
NAICS
541990 — All Other Professional, Scientific, and Technical Services
 
Contracting Office
Other Defense Agencies, U.S. Special Operations Command, Headquarters Procurement Division, 7701 Tampa Point Blvd, MacDill AFB, Florida, 33621-5323, United States
 
ZIP Code
33621-5323
 
Solicitation Number
H92222-16-TTL
 
Archive Date
3/31/2016
 
Point of Contact
RFIGroupSRS.org@socom.mil,
 
E-Mail Address
RFIGroupSRS.org@socom.mil
(RFIGroupSRS.org@socom.mil)
 
Small Business Set-Aside
N/A
 
Description
REQUEST FOR INFORMATION (RFI) FOR MARKET RESEARCH TECHNICAL SURVEILLANCE FIELD SUPPORT AND TRAINING The purpose of this RFI is to gather Industry's input regarding an upcoming Source Selection supporting the United States Special Operations Command (USSOCOM). THERE IS NO SOLICITATION AT THIS TIME. This request for sources does not constitute a request for proposals; submission of any information in response to this market survey is purely voluntary; the government assumes no financial responsibility for any costs incurred; and the government will not be providing responses to any questions. The government will evaluate market information to ascertain potential market capacity to: 1) Provide services consistent in scope and scale with those described in this notice and otherwise anticipated 2) Secure and apply the full range of corporate financial, human capital, and technical resources required to successfully perform similar requirements 3) Implement a successful project management plan that includes: compliance with tight program schedules; cost containment; meeting and tracking performance; hiring and retention of key personnel and risk mitigation 4) Provide services under a performance based service acquisition contract. The following paragraphs describe the (1) Background/Need, (2) Tentative Government Key Acquisition Strategy Data Points, (3) Questions, (4) Projected Milestones, and (5) Submission Instructions. Background/Need: The United States Special Operations Command is issuing this sources sought synopsis as a means of conducting market research to identify parties having an interest in and the resources to support the requirement for technical surveillance field support representative and equipment trainers. The result of this market research will contribute to determining the method of procurement. Tentative Government Key Acquisition Strategy Data Points: Contract Type: Multiple Award Indefinite Delivery, Indefinite Quantity (IDIQ), Full and Open Competition. Cost type will be cost plus fixed fee. Solicitation, when issued and the resulting contract are anticipated to be Classified. Tentative NAICS: 541990, All Other Professional, Scientific, and Technical Services, Size standard is $15 million. Ceiling Value: The anticipated ceiling is estimated at $90M over 5 years. Contract Period: Anticipated period of performance is one base year, with 4 one year options. Scope: The effort involves providing Tagging, Tracking and Locating (TTL) technical support in the form of field service support deployed globally (non-hazardous and hazardous locations) to support operational requirements as well as new equipment training to SOF Component and Theater Special Operations Commands (CONUS and OCONUS). The personnel supporting this task shall be subject matter experts in technical surveillance equipment and operations, including operational planning and implementation. This effort requires providing personnel in the form of field service representatives, operational planners and new equipment training teams. Personnel will be required to support a SOF AT&L program of record that is commodities based and fields a mix of tracking devices as well as close target audio and video devices. Currently, the program fields between 35 and 45 devices all of varying capability and complexity. The FSR and Operational Planner personnel supporting this effort will be required to be familiar with all the devices and SMEs on the devices fielded to their respective units. The training teams will be required to be familiar with all the devices and SMEs on the equipment they are training to unit personnel (equipment will be identified by the unit a minimum of 60 days prior to training execution). The personnel are expected to be proficient in and/or have a detailed understanding of: • Passive, semi-passive and active tracking devices • Clandestine devices used to capture and transmit audio and video • Commercial and government communication architectures • Intermediate electronics skills (amplitude/direct current, circuits, oscillators, capacitors, voltage, etc.) • Radio frequency communications • Antenna theory • Fabrication of TTL and A/V devices using COTS components that can be purchased on the local economy • Basic techniques for mechanical and electrical installation and antenna placement for TTL and A/V devices in relevant common concealments • Installation/employment considerations for multiple TTL operational requirements • Computer skills (MS Office, Google Earth, IP and computer networking) • Global positioning satellites (GPS) navigation systems • Software based mapping and data visualization tools The government is familiar with the significant challenges and risks associated with supporting this effort. Among them are: Personnel Locations & Qualifications: It is anticipated that approximately 65 contractor personnel will be required to provide on-site support to between fifteen and twenty geographical locations located throughout the world. Contractor personnel shall have the ability to familiarize senior military personnel in the command on current capabilities of TTL devices, as well as advise these senior leaders on the most effective Tactics, Techniques, and Procedures for utilizing this technical equipment. Contactor personnel shall possess, at a minimum, 10 or more years of real-world operational experience and familiarity with operational procedures within SOF. Experience must have been obtained in hostile, semi, and non-permissive operational environments, conducting Advanced Force Operations and Close Target Reconnaissance in direct support of combat operations. Additional qualifications are envisioned for the Statement of Work. Security Considerations - Personnel. Contractor team individual(s) supporting this task will be cleared at the TS/SCI level at the start of the task. At the discretion of the government, selected individuals supporting this task order will require access to Special Access Program (SAP) information. Access to SAP information requires the requisite security clearance based on a security investigation with a date less than 5 years old and requires employees to undergo additional personnel security screening meeting the DoD SAP-accessing directives and policies. Facility. The Contractor facility shall be cleared to the Secret level at the start of this task. The Contractor shall ensure requirements for safeguarding classified information and classified materials; for obtaining and verifying personnel security clearances; for verifying security clearances and indoctrination of visitors; for controlling access to restricted areas; for protecting government property; and for the security of automated and non-automated management information systems and data; are fulfilled. The Contractor's management system shall prevent unauthorized disclosure of any sensitive unclassified information. In addition, the Government shall be notified upon any indication of potential unauthorized disclosure of sensitive unclassified information, or any compromise of sensitive unclassified information. Furthermore, the contractor shall comply with the International Traffic in Arms Regulations (ITAR), as applicable. Also see contract clauses 5652.204-9003, Disclosure of Unclassified Information (2007), and DFARS 252.204-7000, Disclosure of Information. Proprietary Information (PI) Protection. This effort will require the contractor to be responsible for a significant amount of technical documentation that is proprietary to hardware device and software manufacturers. Past contracts heavily relied on the contractor being provided with proprietary technical documentation in order to develop new equipment training documentation and in support of the operational employment of devices. The contractor will be required to ensure they have implemented the necessary procedures to ensure device OEM's PI is properly safeguarded. Questions for Industry. If your organization has the potential capability and capacity to perform these contract services, please assist the government by providing the following: 1) Contact information for someone in the company with whom the government can follow-up (name, phone number, email address, website address) 2) Business Size of the company (Small or large, and any socio economic qualifications i.e. woman owned, Veteran Owned) 3) Capability statement tailored to the particulars of this effort with appropriate documentation supporting claims of organizational and staff capability. 4) Describe corporate experience with delivering this type of specialized support on past or present contracts. 5) Identify challenges and risks from an industry perspective that are associated with performing a similar effort with which your company has experience. 6) From a high level, what approach would your company take to deliver the services to SOF? 7) From your corporate experience what other considerations should the government account for when developing requirements for these services? Submission Instructions: Please note, telephone inquiries will not be accepted or acknowledged, and no feedback or evaluations will be provided to companies regarding their submissions. Interested parties who consider themselves qualified to perform the above-listed services are invited to submit a response to this Sources Sought Notice by 19 February 2016. All responses and any questions under this RFI must be emailed to RFIGroupSRS.org@socom.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/ODA/USSOCOM/SOAL-KB/H92222-16-TTL/listing.html)
 
Place of Performance
Address: MacDill AFB, FL, Tampa, Florida, 33621, United States
Zip Code: 33621
 
Record
SN03999924-W 20160127/160125233935-ddd8d24629bb96c77f9a9b7038327fda (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.