Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 05, 2017 FBO #5581
SOURCES SOUGHT

R -- RFI for Win-T Programmatic Support Services - Request for Information (RFI)

Notice Date
3/3/2017
 
Notice Type
Sources Sought
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of the Army, Army Contracting Command, ACC - APG (W15P7T) Division B, 6001 COMBAT DRIVE, Aberdeen Proving Ground, Maryland, 21005-1846, United States
 
ZIP Code
21005-1846
 
Solicitation Number
W15P7T17R0024
 
Archive Date
4/1/2017
 
Point of Contact
Nicolas D. Kalish, Phone: 4438615115, Thomas E. Lynn, Phone: 4438614940
 
E-Mail Address
nicolas.d.kalish.civ@mail.mil, thomas.e.lynn23.civ@mail.mil
(nicolas.d.kalish.civ@mail.mil, thomas.e.lynn23.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
Draft Performance Work Statement (PWS) RFI - Word Version REQUEST FOR INFORMATION (RFI) Project Manager Warfighter Information Network-Tactical (PM WIN-T) This RFI is issued solely for information and planning purposes and does not constitute a solicitation. All information received in response to this RFI will be treated as business confidential information. Nonetheless, submitters should properly mark their responses if the information is confidential. Responses to the RFI will not be returned. Responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. Responders are solely responsible for all expense associated with responding to this RFI. Responses from all capable and qualified sources are encouraged to respond to this request. White papers should adhere to the following formatting and outline instructions. • Cover Page (1page) • Title • Organization • Responders technical and administrative points of contact (names, addresses, phone, fax number and email addresses) • Topic area(s) addressed • Please note that the response shall provide sufficient technical data to determine how you fully meet the requirements. • Submit in Microsoft Word Times New Roman font size 12 Please note that responses are due no later than 12:00pm, Eastern on 17 March 2017. The required method of submission is via email. The point of contact for this action is Mr. Nicolas D. Kalish Contract Specialist, nicolas.d.kalish.civ@mail.mil. No evaluation letters and/or results will be issued to the respondents. At this time no solicitation exists; therefore, please do not request a copy of the solicitation. NO PHONE CALLS PLEASE. It is the responsibility of any potential offeror to monitor this site for the release of any solicitation or synopsis Description/Overview: This is a request for information. The Department of the Army Program Executive Office Command Communication Communications-Tactical (PEO C3T) Project Manager Warfighter Information Network-Tactical (PM WIN-T) has a requirement for overall programmatic support for PM WIN-T. These Systems Engineering and Technical Assistance (SETA) non-personal services include expertise not readily available within the Program Management Office (PMO). The WIN-T Network is currently being fielded incrementally to the Army. WIN-T Increment 1 provides networking capabilities "At the Halt" down to the Battalion level and completed fielding to the Army units. WIN-T Increment 2 builds on Increment 1 capabilities and provides initial networking "On the Move" down to the Company level only for select Maneuver Brigades. WIN-T Tactical Cyber & Network Operations (TCNO) develop, field, and support One Tactical Network and Tactical Defensive Cyber infrastructure that includes monitoring and delivers Network Operations (NetOps). Product Management Office Satellite Communications (PdM SATCOM) rapidly designs, acquires, fields, and supports fully integrated, easy to operate and cost effective tactical satellite communications that meet Joint Services' network communications requirements around the world. WIN-T SATCOM also researches future developments in SATCOM and how it will affect the Army force structure. PM WIN-T also provides Research, Engineering, Development, Analysis, Operations Support, and Test and Evaluation services in support of DoD- wide tactical customers, users, and initiatives. The contractor shall provide support PM WIN-T in network architecture development, in outlining evaluation criteria, developing experiments and test plans. The contractor shall support PM WIN-T in creating and maintaining large virtual network emulation environment through available commercial tools and in house development. The contractor shall provide support systems engineering support to PM WIN-T focused in the areas of Network Operations and Cyberspace Operations. The WIN-T Increments, PdMs, and divisions are designated an ACAT ID program which is subject to the management, review and approval processes of DoDI 5000.02. PM WIN-T is chartered with the life cycle acquisition management and support responsibility for all of the systems and products it is assigned. A critical requirement of the contractor for this effort is an in depth knowledge and experience implementing the requirements of DoDI 5000.02. This is essential to the timing, program milestone approvals and success of its programs and the overall mission of PM WIN-T. Offerors would be required to demonstrate its expertise can fulfill the governments' requirements which include, but not limited to engineering, integration, programmatic support, software implementation, cost analysis, program analysis, graphics support, operation support, developmental integration of efforts. The contractor shall develop/contribute to C4ISR guidelines/plans/policies, analyses and reviews that require expertise in the areas of Test and Evaluation Master Plan (TEMP) Preparation/Review, Test/Evaluation (T&E) Report Review, Test Readiness Reviews (TRRs) and T&E Working Integrated Product Teams (WIPTs). The Contractor shall participate in engineering, program/budget reviews with all levels of the Department of Defense. The Contractor shall prepare, analyze and update budgetary documentation in support of all WIN-T programs. Access to Five Year Defense Plan (FYDP) and Planning, Programming, & Budgeting System (PPBS) is required and the necessary approvals in accordance with DODD 7045.7-H and 7045.14 will be obtained by the Contracting Officer's Representative (COR) and kept on file. Please answer the following questions and provide a response of your companies experience in-reference to the following questions: 1- Describe how your company has supported both Programs of Record (POR) of all different ACAT levels, and Non- PORs through all phases of the system/equipment acquisition lifecycle and Milestone Decision Reviews (MDRs)? 2- Describe your companies experience supporting the development and review of program and cost documentation for an ACAT 1C program in support of Full Rate Production (FRP) activities, and supporting the development and review of program and cost documentation for an ACAT III in support of Initial Operational Test and Evaluation (IOT&E)? (Per PWS paragraphs: 2.12. 2.13, 2.14) 3- Describe knowledge and experience DoD and Army Operations and structure. Knowledge of Acquisition Category programs and Programs of Record (POR) and Non-POR requirements to include reporting and budget planning and execution. Knowledge of the Army force structure, Basis of Issue Plan (BOIP), preparation of Cost Analysis Requirements Description (CARD) for Program Management Office (PMO), preparation of Acquisition Decision Memorandums, Defense Acquisition Management Information Retrieval (DAMIR), testing and fielding activities. (Per PWS paragraphs: 2.12. 2.13, 2.14) 4- Describe knowledge and experience in supporting Strategic Plans, Programs, and Policies (SPPP), Operation Branch, Information Technology department, Office System Automation Support, Graphics department, software development and maintenance of SharePoint? (Per PWS paragraphs: 2.15. 2.16, 2.17). 5- Describe knowledge and experience working through Configuration Steering Boards (CSB), Army Weapon System Reviews (WSRs), Congressional Budget Justifications, Selected Acquisition Reports, Defense Acquisition Executive Summary, annual spend plans and variance reporting, obligation and disbursement reports, cash flow briefings, SMART Charts, Ops 29? 6- Describe knowledge and experience with the WIN-T network to include colorless network architecture and the WIN-T Network Management System (NMS), Wi-fi, 4th Generation Long Term Evolution (4G LTE), Commercial Solutions for Classified (CSfC) to include military radios and waveforms such as the NCW waveform. (Per PWS paragraphs: 2.3. 2.8, 2.10). 7- Describe knowledge an ability to support the various systems in the PM through providing System of Systems (SoS) Systems Engineering, SoS Architecture Verification/Validation, studies and analysis, system accreditation and certifications, Information Assurance (IA) support, support Risk Management Framework (RMF) as well as logistics / Readiness / Sustainment support. (Per PWS paragraphs: 2.7. 2.8, 2.9). 8- Describe knowledge and experience to support Satellite Communications (SATCOM) operations in both military and commercial bands (C, X, Ku, Ka). Demonstrate knowledge and be able to work with Internet Protocol (IP) Modems, Time Division Multiple Access (TDMA), Frequency Division Multiple Access (FDMA), Multi-Frequency, Time Division Multiple Access (MF-TDMA)), calculate link budgets and demonstrate knowledge of terminal operations (Azimuth, Elevation, Polarization, etc.). (Per PWS paragraphs: 2.3. 2.6, 2.8). 9- Describe knowledge and experience with transmission systems such as Line of Sight (LOS), Beyond LOS (BLOS) and Tropospheric Scatter (TROPO) and how they can be protected. Provide examples of support provided of Anti-Jam Techniques, Lower Probability of Intercept/Lower Probability of Detection (LPI/LPD), interference cancellation, defensive Electronic Warfare (EW), Communications Security (COMSEC) and Transmission Security (TRANSEC), Assured Positioning, Navigation and Timing (PNT), as well as operating in contested environments. (Per PWS paragraphs: 2.3, 2.7, 2.11). 10- Describe knowledge in networking and experience both in the lab and in the field with switching and routing protocols, network architectures, security and Information Assurance (IA), modelling and simulation, network emulation, applications, and traffic running over the network, such as Voice Over IP (VOIP). Examples of executing test plans, document test reports, conduct performance and scalability testing and analyze results. (Per PWS paragraphs: 2.9, 2.10). A determination by the Government not to compete this proposed effort on a full and open competition basis, based upon response to this notice, is solely within the discretion of the Government. Oral communications are not acceptable in response to this notice. All responsible sources may submit a response which shall be considered. It is anticipated that the period of performance for this contract will be a total of five years, which consists of one-year base period and four (4) one-year option periods. Each 12 month option period is estimated to be $35-$40M dollars. Any contractor on Global Tactical Advanced Communications (GTACS) existing contract vehicle or plans on bidding on future GTACs II is not eligible for this SETA contract due to Organizational Conflict of Interest (OCI). Because of the broad scope of the GTACs contracts and situations where potential offerors currently provide SETA support services to the government, there are potential for conflict (s) of interest to develop such as described in FAR 9.5. There are still potential OCI's being gathered that may exclude contractors from award on this contract in the future. Should this occur, responders are still solely responsible for all expense associated with responding to this RFI. Responses should include the following: • ½ page response per question and total submission to RFI should be no more than 8 pages • Name and address of the contractor • Cage Code • Point of Contact including name, title, phone, and email address • Capability statement • State whether the business is a currently classified Large, Small, Small Disadvantaged, 8(a) Hubzone Small Business, Women Owned, Veteran Owned, Service Disabled Veteran Owned Small business in terms of NASCS code 541330
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/22ec63e8f5b3557f1531612d4d1e04d4)
 
Place of Performance
Address: Various, United States
 
Record
SN04423136-W 20170305/170303235658-22ec63e8f5b3557f1531612d4d1e04d4 (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.