Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 17, 2016 FBO #5228
MODIFICATION

R -- Request for Information for U.S. Coast Guard C4IT Engineering Development, Integration, and Support Services

Notice Date
3/15/2016
 
Notice Type
Modification/Amendment
 
NAICS
541519 — Other Computer Related Services
 
Contracting Office
Department of Homeland Security, United States Coast Guard (USCG), C4IT (C3CEN), Coast Guard Blvd, Portsmouth, Virginia, 23703, United States
 
ZIP Code
23703
 
Solicitation Number
HSCG44-16-R-RFI0012
 
Archive Date
4/23/2016
 
Point of Contact
Katherine Marie Kearney, Phone: 7572952280
 
E-Mail Address
katherine.m.kearney@uscg.mil
(katherine.m.kearney@uscg.mil)
 
Small Business Set-Aside
N/A
 
Description
Request for Information for U.S. Coast Guard C4IT Engineering Development, Integration, and Support Services HSCG44-16-R-RFI0012 Disclaimer and Important Notes: This posting is a Request for Information (RFI) from interested vendors and is issued solely for informational and planning purposes. This posting is not a Request for Proposals or a Request for Quotations, and it is not considered to be a commitment by the Government to award a contract nor is the Government responsible for any costs incurred in furnishing information provided under this RFI. No basis for claim against the Government shall arise as a result from a response to this RFI or Government use of any information provided. Further, the Coast Guard is not at this time seeking proposals and will not accept unsolicited proposals. No proprietary, classified, confidential, or sensitive information should be included in your response to this RFI. The Government reserves the right to use any information provided by respondents for any purpose deemed necessary and legally appropriate, including using technical information provided by respondents in any resultant solicitation. Responses will assist the Government in determining the availability of potential solutions and commercial products in the market. At this time no solicitation exists; therefore, do Not Request a Copy of the Solicitation. It is the responsibility of the potential offerors to monitor this site for additional information pertaining to this requirement. Requirement: The Department of Homeland Security (DHS), U.S. Coast Guard (USCG), Command, Control, Communications, Computer, and Information Technology (C4IT) Service Center has a requirement to procure acquire C4IT Engineering Development, Integration, and Support Services (CEDISS) for the design, development, integration, testing, and prototyping of new C4IT systems as well as modifications and technology refreshment or upgrades to existing C4IT systems. These services would also include the development and maintenance of engineering change and logistics support documents that enable C4IT system sustainment. These technical engineering development and support services are required by the Coast Guard's C4IT Service Center, and in particular the Command, Control, and Communications Engineering Center (C3CEN) located in Portsmouth, Virginia. C3CEN's primary mission is to develop, integrate, deploy, maintain, and enhance advanced electronic Command and Control (C2), communications, and navigation systems. C3CEN facilitates continuous improvement engineering that focuses on the rapid deployment of essential functionality followed by planned improvements based on enhanced or refined requirements. The systems developed and supported at C3CEN have a multi-mission focus on Law Enforcement, Search and Rescue, Maritime Mobility, Marine Safety, Defense Readiness, Marine Environmental Protection, and Ports, Waterways and Coastal Security. The systems may be as complex as a multi-tiered network of computers, radars, navigation receivers, satellite and radio based communication links installed throughout a Coast Guard Cutter, or a geographic based web-service Information Management System (IMS) that performs real-time correlation of CG and other government agency data feeds to provide maritime domain awareness, integrated vessel targeting, joint mission planning, and operations monitoring capabilities. Alternatively, the system may be as simple as interfacing a commercial maritime radar with an electronic chart plotter on a small boat. In both instances, the system architecture and development activities reflect the Coast Guard system engineering lifecycle process while the system implementation supports the Coast Guard's operational Sense-Assess-Decide-Act cycle performed by hundreds of ashore, afloat, and aviation units nationwide. The C4ITSC and C3CEN have a continuing need for contractual access to qualified personnel with the required knowledge and experience, equipment, test instrumentation, data collection and analysis, and other technical services to support the design, development, integration, testing, prototyping, modification, upgrade, and technical refresh of C4IT systems supported by the following seven (7) Product Lines and Core Technologies: Communications Area Master Stations (CAMS): The CAMS product line provides reliable and efficient communications to USCG units and the maritime public. Some services are also key elements of the Global Maritime Distress and Safety System (GMDSS). Command Centers: The Command Centers product line develops and sustains integrated C2 systems designed to provide the Coast Guard's Area, District and Sector Commander's with Maritime Domain Awareness (MDA). Differential Global Positioning Systems (DGPS): The DGPS product line supports the Nationwide and Maritime Differential Global Positioning Systems that broadcast correction signals on marine radio beacon frequencies to improve the accuracy of and integrity to GPS-derived positions. The System provides service for coverage of the continental US, the Great Lakes, Puerto Rico, portions of Alaska and Hawaii, and a greater part of the Mississippi River Basin. Remote Mission Systems: The Remote Mission Systems product line support remotely operated systems consisting of shore based VHF communication systems, nationwide automatic identification of vessels in harbors and harbor approaches, and electronic aids to navigation in support of USCG missions. Command and Control Systems: The Command and Control Systems core technology supports Shipboard C2 systems (SeaWatch), Navy Type Navy Owned, Intelligence and other tactical systems for the U.S. Coast Guard's C4IT, Surface and Aviation Product Lines. Communication Systems: The Communications System core technology supports UHF, VHF, HF and MF radio systems (e.g., commercial satellite, military satellite and terrestrial radio communication systems) designed to meet established enterprise-wide requirements as well as supporting ancillary radio system components (e.g. antennas, patch panels, modems) both afloat and ashore. Navigation Systems: The Navigation System core technology supports electronic navigation systems and navigation sensors installed onboard all Coast Guard boats and cutters. Electronic navigation systems comprise both commercial and government systems that serve as Electronic Charting Systems (ECS), Electronic Chart Display and Information Systems (ECDIS), and Integrated Navigation Systems (INS). Navigation Sensors comprise a variety of electronic nautical sensors, Differential Global Positioning Systems (DGPS) receivers, radars, depth sounders, Automatic Direction Finders (ADF), Automatic Identification System (AIS) transponders, and fixed or handheld electro-optical devices. The following eight (8) functional areas are required to support the Product Lines/Core Technologies identified above: System Requirements Analysis and Development System Design, Development, Implementation, and Enhancement Information Security and Certification and Accreditation Documentation and Support Integrated Logistics Support Planning and Execution Training Support Field Engineering Support System Life-cycle Support, Manufacturing and Assembly Services System Performance Data Analysis A more detailed description of Product Line/Core Technology systems and the functional areas is contained in the attached DRAFT Scope of Work statement (Attachment 1). DRAFT Scope of Work statement is being posted to allow prospective offerors to review and provide comments regarding its feasibility. It is the Government's intent to procure the above mentioned services under a multiple award, indefinite delivery indefinite quantity (IDIQ) 8(a) contract as these services have historically been successfully performed by 8(a) companies. It is the Government's intent to award 3-5 awardees consisting of an 8(a) prime and supporting sub-contractor team. Please note that the DRAFT Scope of Work (Attachment 1) differs from the current Technical Engineering Development and Support Services (TEDSS) contract. CEDISS includes aviation command and control, intelligence, and document & media exploitation (DOMEX) systems and reduces the scope of field engineering services by removing the performance of routine maintenance and system installations. The NAICS Code for this solicitation is 541519 Other Computer Related Services. Contractors doing business with the Government are required to register in the System for Award Management (SAM) database before they can be awarded a contract. A template containing the information for registration can be found at: https://www.sam.gov/portal/public/SAM/. Submission of Information: Interested parties are encouraged to submit a response which supports the company's claim that it presently has the capability, qualifications, and experience to satisfy the requirements. If there are areas in the Draft Scope of Work that your company and perspective team can not meet, please identify those areas in your response along with amplifying information as to why your team cannot meet the government's request. The Coast Guard's requirement may be refined based on knowledge gained from RFI submissions. Specifically, any interested parties are requested to provide the following information: 1. Name of Company and DUNS number 2. Point of contact and phone number 3. Size of Business according to North American Industry Classification System (NAICS) Code 541519. 4. Positive statement of your interest in this procurement as a prime contractor 5. Description of your capabilities, qualifications, and experiences that might fill this requirement: a. Organized by the Product Line/Core Technology groupings listed in the Draft Scope of Work, what type of C4IT related systems and equipment does your company have experience with? b. Organized by the functional areas listed in the Draft Scope of Work, what functional areas has your company provided within the last 3 years? c. Do you offer these or similar services commercially? (Is this item under a current GSA Schedule or do you currently have a contract for this product/service with any other Federal Agency?) d. What commercial services that you offer could be modified to fulfill this need? e. Do you have a commercial catalog for a related group of products or services? f. What new products or services do you plan to offer sometime in the future that might affect this requirement? g. What integrated configuration and logistics management systems do you have experience with both in general and with regard to Coast Guard specific systems including Naval and Electronics Supply Support System (NESSS), Fleet Logistics System (FLS), Asset Logistics Management Information System (ALMIS), Asset Configuration Management System (ACMS), and the Coast Guard Logistics Information Management System (CG-LIMS)? h. What experience does your company have as a prime contractor managing the efforts of one or more sub-contractors supporting a Federal Agency? i. Do you offer quantity or other discounts to your customers? j. Do you have the ability to host and perform services described in the Draft Scope of Work, at an off-site location, within local commuting distance of Portsmouth, VA. k. The addition of intelligence systems may result in issuance of task orders at the Top Secret level. What is the level of your current Facility Clearance Level (FCL) and does it include safeguarding? l. A "commented" version of the DRAFT Scope of Work (Attachment 1) may be returned as an attachment. m. Solutions/approaches not specifically conforming to the Coast Guard's current requirement may be submitted (i.e. Does your company have a better way of meeting the Government's requirement?). All comments/questions/concerns are encouraged and should be sent in writing to the Contract Specialist, Katherine.M.Kearney@uscg.mil. Upon receiving feedback, the Coast Guard will assess all input and its impact on the development of the final scope of work. Responses must be no longer than fifteen pages in length. Technical documentation, brochures, and/or a "commented" version of the DRAFT Specifications (Attachment 1) if included, do not count in the fifteen page maximum. Submit your response by 2:00 PM EST on April 08, 2016 to the Contract Specialist, Katherine.M.Kearney@uscg.mil. Any questions regarding this RFI may be referred to Ms. Kearney via e-mail.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/15fbd6b451de14e060ad24d8d11db15a)
 
Record
SN04051199-W 20160317/160315235636-15fbd6b451de14e060ad24d8d11db15a (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.