Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 13, 2016 FBO #5195
MODIFICATION

R -- Joint Mobile Infrared Countermeasure Test System (JMITS), and three Multi-Spectral Sea and Land Target System (MSALTS) Operations and Services Support

Notice Date
2/11/2016
 
Notice Type
Modification/Amendment
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of the Army, Army Contracting Command, MICC, MICC - Fort Hood, 761st Tank Battalion Ave., Room W103, Fort Hood, Texas, 76544-5025, United States
 
ZIP Code
76544-5025
 
Solicitation Number
W91151-16-R-0038
 
Archive Date
3/3/2016
 
Point of Contact
Linda Williams, Phone: 2542875468, Claudetta Smith, Phone: 254-287-6435
 
E-Mail Address
linda.s.williams50.civ@mail.mil, claudetta.n.smith.civ@mail.mil
(linda.s.williams50.civ@mail.mil, claudetta.n.smith.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
SOURCES SOUGHT SYNOPSIS THIS IS A Sources Sought Notice ONLY. The U.S. Government currently intends to award a contract for Joint Mobile Infrared Countermeasure Test System (JMITS), and three Multi-Spectral Sea and Land Target System (MSALTS) Operations and Services on an SOLE SOURCE basis, but is seeking vendors that may be able to perform this requirement in order to support a competitive procurement. Accordingly, the U.S. Government highly encourages all interested businesses (large and small) to respond to this sources sought synopsis. In addition, small businesses, in all socioeconomic categories (including, 8(a) Business Development Program, Small Disadvantage Business, Historically Underutilized Business Zone, Service-Disabled Veteran-Owned, Women-Owned Small Business concerns), must describe their identifying capabilities in meeting the requirements at a fair market price, i.e., information which may help support a set-aside. The proposed sole source will be a Cost Plus Fixed-Fee type contract to Scitec Inc. to support the analysis of data, maintenance of the simulator equipment, and the potential rapid troubleshooting/ repair of critical missile simulator components and software if/when required. This work may occur during pre-test preparations, during the test period, and after testing has completed. The contractor will also be responsible for providing upgrades to both the hardware and software associated with the missile simulators, as required. JMITS and MSALTS for Center for Countermeasures (CCM) are self-contained system with integrated infrared (IR) and ultraviolet (UV) missile simulators to test Missile Warning Systems (MWS), radiometers to measure return jam beam characteristics from infrared countermeasures (IRCM) systems, and radiometer suite for calibration The statutory authority for the sole source procurement is 10 United States Code 2304(c)(1) as implemented in Federal Acquisition Regulation 6.302-1(a)(2)(iii) (B), Only One Responsible Source and No Other Supplies or Services Will Satisfy Agency Requirements). Attached is the draft Performance Work Statement (PWS). This notice does not constitute a Request for Quote (RFQ)/Invitation for Bid (IFB)/Request for Proposal (RFP) or a promise to issue an RFQ, IFB or RFP in the future. This notice does not commit the U.S. Government to contract for any supply or service. Further, the U.S. Government is not seeking quotes, bids or proposals at this time and will not accept unsolicited proposals in response to this sources sought notice. The U.S. Government will not pay for any information or administrative costs incurred in response to this notice. Submittals will not be returned to the responder. A determination not to compete this requirement, based upon responses to this notice, is solely within the discretion of the Government. However, if a competitive solicitation is released, it will be synopsized on the Government-wide Point of Entry. It is the responsibility of potential offerors to monitor the Government-wide Point of Entry for additional information pertaining to this requirement. The NAICS code(s) is/are: NAICS code 541712 - Research and Development in the Physical, Engineering, and Life Sciences (except Biotechnology), with a company size of 500 or less employees. In response to this sources sought, please provide a Corporate Capability Statement that entails: 1. Name of the firm, point of contact, phone number, email address, DUNS number, CAGE code, identify business size (large business or a small business), and if applicable, a statement regarding small business status (including small business type(s)/certifications(s) such as SDB, 8(a), HUBZone, SDVOSB, WOSB, etc.) and the corresponding NAICS code. 2. Identify whether your firm is interested in competing for this requirement as a prime contractor or not. Identify subcontracting, joint ventures or teaming arrangement that will be pursued, if any. 3. Provide information in sufficient detail experience tailored to particulars of this effort outlined the draft Performance Work Statement (PWS) (indicate whether as a prime contractor or subcontractor) on similar requirements (include size, scope, complexity, timeframe, government or commercial), pertinent certifications, etc., in your Corporate Capability Statement. This will facilitate the Government in making a capability determination. 4. The capability statement shall be limited to 25 pages or less, 12 font size, left justified, with a one inch margin all-around. The document must be submitted in word or pdf format. No zipped files will be accepted. Telephone requests will not be accepted or acknowledged, and no feedback will be provided to companies regarding their submissions. 5. Responses will be reviewed to identify the firms' capability to fulfill the Government's requirements. Any information submitted by respondents to this sources sought synopsis is voluntary. 6. Submission Instructions: Interested parties who consider themselves qualified to perform the services listed above and in the attached draft PWS are invited to submit a response to this Sources Sought Notice/RFI by 12:00 PM Central on 10 February 2016. All responses under this Sources Sought Notice/RFI must be emailed to Linda Williams at linda.s.williams50.civ@mail.mil with the subject line Joint Mobile Infrared Countermeasure Test System (JMITS), and three Multi-Spectral Sea and Land Target System (MSALTS) Operations and Services Support Sources Sought. 7. Do you currently possess the capability to provide support to the JMITS and MSALTS extensive library of software which includes: the general Simulator operating system, data analysis software and diagnostic tools? The support will consist of system design, development, repair testing and implementation. If so can you provide instances where you provided this type of support, and what the outcome was? 8. Have you ever been involved in the research and/or development of validated infrared quantum cascade laser (QCL) missile plume emitters, for integration into the JMITS or MSALTS simulator systems? If so can you provide instances where you provided this type of support, and what the outcome was? 9. Have you ever been involved in the research and/or development of validated infrared lamp based missile plume emitters, for integration into the JMITS or MSALTS simulator systems? If so can you provide instances where you provided this type of support, and what the outcome was? 10. Have you ever been involved in the research and/or development of validated ultra violet lamp based missile plume emitters, for integration into the JMITS or MSALTS simulator systems? If so can you provide instances where you provided this type of support, and what the outcome was? 11. Have you ever been involved in the research and/or development of radiometers, and software which are designed to collect jam beam irradiance from a system under test (SUT), provide real-time feedback to a missile plume simulator for appropriate reactions, reduce the data and present that data in near-real time? If so can you provide instances where you provided this type of support, and what the outcome was? 12. Have you ever been involved in the research and/or development of radiometers and software which are designed to collect multiband infrared and ultraviolet irradiance from a missile simulator, coupled with real time atmospheric instrumentation and software then reduce, present, correct and use the data in near real time to normalize emitters and adjust simulations driver files to provide the corrected simulated irradiance on aperture of a SUT at varying known ranges? If so can you provide instances where you provided this type of support, and what the outcome was? 13. Have you ever provided support to JMITS or MSALTS during an aircraft survivability equipment (ASE) test? If so can you provide instances where you provided this type of support, and what the outcome was? 14. Have you ever designed and implemented Flex Play into a missile simulators functionality? Flex Play is implemented as a "Virtual Operator" that determines and selects a missile in-band signature that is the closest representation of the actual signature for a real time non-scripted test scenario using current JMITS or MSALTS operating interfaces. Flex Play allows the pilot more flexibility in flight geometries instead of flying the conventional scripted profiles. If so can you provide instances where you provided this type of support, and what the outcome was? 15. Have you ever been involved in the development of missile plume signatures for use during ASE testing? If so can you provide instances where you provided this type of support, and what the outcome was? 16. Have you ever provided repair, testing and calibration of; infrared normalization radiometers, ultraviolet normalization radiometers, infrared lamp based missile plume simulator emitters, Ultraviolet lamp based missile plume simulator emitters, infrared quantum cascade laser based missile plume simulator emitters, jam beam radiometers, infrared field calibration sources, ultraviolet field calibration sources, emitter power supplies, and instrumentation for command and control of closed loop missile plume simulators? If so can you provide instances where you provided this type of support, and what the outcome was? 17. Have you ever provided software fixes, changes and updates to missile plume simulators utilizing TENA for command, control, and communication internally between the missile simulator subsystems? If so can you provide instances where you provided this type of support, and what the outcome was? 18. Have you ever been involved in the development, integration, and implementation of the missile simulator programming methodology referenced in the "Aircraft Survivability Equipment Test and Evaluation Methodology Guidebook", dated 13 June 2012 approved by the Deputy Assistant Secretary of Defense for Developmental Test and Evaluation and the Director Operational Test and Evaluation? If so can you provide instances where you provided this type of support, and what the outcome was? 19. Information to help determine if the requirement (item or service) is commercially available, including pricing information, basis for the pricing information (e.g., market pricing, catalog pricing), delivery schedules, customary terms and conditions, warranties, etc. 20. Identify how the Army can best structure these contract requirements to facilitate competition, including competition among small business concerns. 21. Recommendations to improve the Army's approach/specifications/draft PWS to acquiring the identified items/services. 22. Identify any condition or action that may be having the effect of unnecessarily restricting competition with respect to this acquisition and identify alternatives or solution solutions. Also contact the MICC Advocate for Competition, Dean Carsello, at dean.m.carsello.civ@mail.mil or 210-466-2419, if you believe that this action is unreasonably restricting competition. Include the subject of the acquisition, this announcement, and the MICC POC information from the Sources Sought Synopsis. Provide the specific aspects that unreasonably restrict competition and the rationale for such conclusion. Amendment 1 - Changed NAICS code from 541712 to 541330 and extended response date to 17 Feb 16.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/422ebca9e3a67774a1585deaf31fcd13)
 
Place of Performance
Address: White Sands Missile Range, WSMR, New Mexico, 880002, United States
Zip Code: 80002
 
Record
SN04018819-W 20160213/160211235258-422ebca9e3a67774a1585deaf31fcd13 (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  © 1994-2020, Loren Data Corp.