Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 04, 2017 FBO #5641
SOLICITATION NOTICE

R -- systems engineering & technical assistance

Notice Date
5/2/2017
 
Notice Type
Cancellation
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of the Army, Army Contracting Command, ACC - APG (W56KGY) Division C, 6001 COMBAT DRIVE, Aberdeen Proving Ground, Maryland, 21005-1846, United States
 
ZIP Code
21005-1846
 
Solicitation Number
W56KGY17CSETA
 
Archive Date
5/30/2017
 
Point of Contact
Charles R. Gordon, Phone: 4438614764
 
E-Mail Address
charles.r.gordon.civ@mail.mil
(charles.r.gordon.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
SOURCES SOUGHT ANNOUNCEMENT INTRODUCTION: Product Director (PD) Aerostats, Aberdeen Proving Ground (APG) is seeking sources to provide up to one (1) year of systems engineering & technical assistance (SETA) to include but not limited to, program management, engineering, logistics, business, operations, and security support services under North American Industry Classification System (NAICS) codes 541330 - Engineering Services. PD Aerostats is determining the availability and technical capability of potential offerors to provide SETA support for the following programs: Persistent Surveillance System Tethered; Persistent Threat Detection System; Persistent Ground Surveillance System; Command, Control, Communications, Computers, Combat Systems, Intelligence, Surveillance, and Reconnaissance; and, the Joint Combat Identification Marking System. Services are required to begin at 12:01 am 27 February 2018. There is no transition period. CONTRACTING OFFICE ADDRESS: Army Contracting Command-APG - Division C 6001 Combat Drive Aberdeen Proving Ground, MD 21005-1846 RESPONSE DUE DATE Interested parties should submit responses electronically by 15 May 2017 1800 EDT via e-mail to: William K. Kwan William.K.Kwan.civ@mail.mil and Anthony N. Hamilton Anthony.N.Hamilton6.civ@mail.mil DISCLAIMER THIS SOURCES SOUGHT ANNOUNCEMENT IS FOR INFORMATIONAL PURPOSES ONLY. THIS IS NOT A REQUEST FOR PROPOSAL. IT DOES NOT CONSTITUTE A SOLICITATION AND SHALL NOT BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT. RESPONSES IN ANY FORM ARE NOT OFFERS AND THE GOVERNMENT IS UNDER NO OBLIGATION TO AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCEMENT. NO FUNDS ARE AVAILABLE TO PAY FOR PREPARATION OF RESPONSES TO THIS ANNOUNCEMENT. ANY INFORMATION SUBMITTED BY RESPONDENTS TO THIS TECHNICAL DESCRIPTION IS STRICTLY VOLUNTARY. CONFIDENTIALITY No classified, confidential, sensitive information, or proprietary information should be included in your response. QUESTIONS TO THIS ANNOUNCEMENT All questions pertaining to this announcement are due within 10 business days after release. Telephone requests will not be accepted. PROGRAM OBJECTIVE Under Program Executive Office (PEO) Intelligence Electronic Warfare & Sensors & Project Manager Terrestrial Sensors, PD Aerostats is dedicated to providing SETA subject matter expertise to its program's customer base and the warfighter both in the contiguous United States (CONUS) & outside the contiguous United States (OCONUS). CONUS and OCONUS locations include (but are not limited to): U.S. Africa Command, U.S. Central Command (CENTCOM), U.S. European Command, U.S. Northern Command, U.S. Pacific Command, and U.S. Southern Command. PD Aerostats continues to preserve the integrity of the United States Army through persistent focus on assisting, supporting, and protecting the warfighter. Specifically by maintaining flexibility and willingness to support this mission both inside and outside of set business hours. INSTRUCTIONS TO RESPONDERS Please respond only if you can support the entire requirement. Responses are requested outlining firms capabilities for providing SETA services. Responder's solutions may incorporate teaming arrangements as authorized by Federal Acquisition Regulation subpart 9.6. Small business concerns are encouraged to respond. Responses shall be submitted via electronic mail. The size per electronic mail cannot exceed 9MB. Respondents are permitted to provide only one (1) response package. Submissions shall be compatible with the Windows 7 operating system and be made, as appropriate, in Microsoft Office 2003 or more recent versions [Microsoft Word, Microsoft Excel (data file should be.xls file format), Microsoft Project and Microsoft PowerPoint]. Excel files shall not contain any hidden cells, hidden sheets, locked formulas, or access data from any files that are not included with the response package. The response package shall not exceed 30 pages in total, and shall be delivered in an outline structure highlighted in the requirements section. Pages containing text shall be typewritten, on standard letter 8.5 x 11 size paper. Each paragraph shall be separated by at least one (1) blank line. Drawings or other graphics shall be reduced only to the extent legibility is not lost. Each page shall be single spaced with a minimum of 12-point Arial font and no less than one (1) inch margins/borders. Any table or graphic shall utilize a minimum of 10-point Arial font and may be landscape. REQUIREMENTS Respondents are asked to provide a detailed approach for the following questions that include a summarization of past relevant aerostat, other lair, or comparable deployed system operation and mission support equipment experience. When responding, please retain the outline structure provided below. ASSUMPTIONS: Tour of duty in CONUS locations consist of 40 hour work week(s). Tour of duty OCONUS will vary dependent combatant commander mission setting. When applicable, contracted support will procure necessary materials that are incidental to the services that are provided. A rough estimate of 30% of the SETA workforce will be located OCONUS. A rough estimate of 70% of the SETA workforce will be located CONUS. 1. Engineering Services: (a) Describe your organizations ability to provide systems engineering expertise to analyze system concept, system design, interoperability, and providing input and analysis of system architectures for current and future systems. (b) Describe your organization/team approach to providing engineering services such as; reach back support, integration and test of new capabilities, sustainment of software baselines, hardware obsolesce, and maintenance of the technical data (documentation, drawings, and training aids). (c) In reference to field engineering perspective, discuss your company's/team's approach to troubleshooting in the field of; internet protocol networks, firewalls, cross domain solutions, system software, system architecture, communications, electro-optical/infrared sensors, radar, and other sensors that may fail during an operational mission. (d) Discuss any special test diagnostic or specialized skill sets that your organization possesses and how/what you would recommend for PD Aerostat systems engineering. (e) Discuss your organizational approach to configuration management, integration and modification or engineering change proposals to aerostat systems. These may include; aerostat airframes, avionics, telemetry, sensor and communication equipment, mobile mooring stations, ground control stations, and other auxiliary equipment. Include details of planned contractual relationships. (f) Discuss your organizations skill set as it relates to commonly known configuration management programs (g) Discuss your organizations knowledge of the Department of Defense (DoD) Defense Acquisition University System Acquisition Framework and experiences related to system engineering roles and responsibilities within. (h) Discuss your organizations knowledge and experience of technical data packages (TDP), technical data rights (TDR) and the acquisition of TDP's & TDR's. (i) Discuss your organizations knowledge and experience with the DoD Information Assurance Certification and Accreditation Process as well as risk management framework. (j) Describe your organizations ability to review Information Assurance Vulnerability Analysis and Security Technical Information Guides and provide testing of security patches for software. As we all your organizations ability able to troubleshoot, diagnose, and assist/lead in resolving security vulnerabilities that arise during testing and verification during software enhancements. 2. Operations: (a) Explain any data collection and analysis techniques that could be used to increase the aerostat mission effectiveness, such as capturing relevant data then implementing lessons learned. (b) Discuss your organization's operational knowledge and experience with OCONUS requirements as it relates to programs within the CENTCOM area of responsibility (AOR). (c) Describe your organization's experience and ability to provide site survey support for the deployment and removal of the aerostats or comparable deployed systems in CENTCOM, which includes assistance in conducting site surveys to determine suitability of potential locations for stationing, operating, sustaining, and removal of aerostats and assisting military and Government officials in preparation of sites. (d) Discuss your organization's experience with customer assistance in CENTCOM AOR such as conducting aerostat battle staff training, monitoring program activities, participating in local command meetings/activities, and reporting information back to the CONUS team. (e) Demonstrate company's capability to provide qualified support staff upon contract both CONUS and at multiple regional support centers in CENTCOM. Description should include knowledge of staffing expertise and diversity essential to establish a qualified support staff to implement and maintain mission sets. (f) Demonstrate company's capability to coordinate in-theater activities including reporting between CENTCOM sites and among CENTCOM and CONUS sites, personnel life support requirements, transportation requirements, and provisioning and maintaining necessary support equipment. (g) Demonstrate your company's capability and timeliness to provide surge support personnel in both CONUS & OCONUS environments to mirror mission ramp up & ramp down. (h) Discuss your organizations familiarity with Synchronized Pre-deployment & Operational Tracker (SPOT) and ability to provide accurate reporting to leadership of deployed personnel in theater environments. 3. Logistics: (a) Discuss your organization's familiarity with, and capabilities for: developing, processing, and managing provisioning technical data for military equipment in accordance with military standards, military adopted industry standards and U.S. Army regulations. (b) Discuss your company's capability sets and experience in developing level of repair analyses, maintenance allocation, and sparing strategies for military equipment using U.S. Army approved methods and automated tools. (c) Discuss your company's understanding of, and experience in developing and sustaining logistics supportability plans and products such as: Life Cycle Sustainment Plan; Item Unique Identification Plan; Product Support Business Case Analysis; Source of Repair Analysis; Core Depot Assessment; Demilitarization and Disposal Plan and/or other logistics sustainment data products. (d) Discuss your company's capability sets and experience with the development and sustainment of U.S. Army technical publications and supplementation of commercial-off-the-shelf publications to meet U.S. Army standards for military equipment. (e) Describe your understanding of the requirements, processes, and challenges associated with migrating a quick reaction capability developed for the U.S. Army to a sustainable U.S. Army program of record capability. (f) Describe your company's capability sets and understanding of the following integrated product support elements as applicable to a post milestone C program: sustaining engineering; supply support; product support management; maintenance planning and management; and training and training Support. (g) Describe your process for spares demand analysis and stock levels at operational sites and hubs. Include concepts for hub and warehouse development to support the systems in various geographical locations at a minimum logistics footprint. (h) Describe your Government furnished property management, control, and reporting processes. (i) Describe your corporate capabilities and understanding of DoD and U.S. Army requirements for coordinating transportation of personnel and equipment to and from various geographical locations both CONUS and OCONUS. (j) Describe your capability sets and experience in supporting supply chain management operations for equipment that has not been provisioned by the U.S. Army or has limited stock availability in the DoD supply system. 4. Program Protection: (a) Discuss your organizations knowledge and experience with program protection plans, Security Classification Guides, delegation disclosure letters, export control laws, International Traffic in Arms Regulations, and national disclosure policies. (b) Describe your organizations methods and practices for handling critical and sensitive information and knowledge of Army Regulation 530-1. (c) Describe how and when your organization feels the DoD 5 step operations security process should apply to the PD Aerostats workforce environment. 5. Budget: (a) Describe your organization experience with preparing funding documents, forms, and charts. (b) Describe your organizations experience with obligation plans, spend plans, financial analysis and forecasting. (c) Discuss how you would reconcile lines of accounting for both unliquidated obligations and negative unliquidated obligations. (d) Describe your experience with the Army's financial systems. (e) Describe your organization's experience with execution under new Army audit standards. 6. Acquisition & Contracting: (a) Describe your organizations experience in providing daily advisory services for contractual development and archiving of common acquisition requirements documents to include (but not limited to): acquisition plans, justification & approvals, performance work statements, cost estimates, Government furnished life support, Department of Defense Contract Security Classification Specification - DD Form 254 documentation, quality assurance surveillance plans, Contract Data Requirements Lists - DD Form 1423-1, service contract approvals, market research, and source selection plans. (b) Describe your organizations experience and knowledge with the DoD acquisition policy as specified in DoDD 5000.1 and the DoDI 5000.2. (c) Discuss your organizations ability to analyze potential impacts and/or disconnects within the integrated master schedule (IMS). Describe your organizations experience with IMS development and design. (d) Describe your organizations ability to advise in contractual reviews and meetings with the local contracting command, PEOs, as well as other leadership and their respective staff. COMPANY INFORMATION: 1. Please provide the following Point of Contact information: Company: Address: Point of Contact: Phone Number: Fax Numbers: Email Address: 2. Please identify your company's small business size standard based on NAICS code 541330 - Engineering Services. Small Business (SB) Concern 8(a) Small Disadvantaged Business (SDB) Woman-Owned Small Business Historically Underutilized Business Zone (HUBZone) Veteran-Owned Small Business Service-Disabled Veteran-Owned Small Business 3. Under the current SB recertification regulations, do you anticipate your company remaining a small business, under primary NAICS code of 541330 - Engineering Services? If you are a SB please answer questions 3a & b. All others skip to Question #4. a. What percentage of this requirement do you plan to perform in house (not sub-contract out)? Also indicate (with supporting rationale) if/how your company would be compliant given the restrictions identified in the Defense Authorization Bill 2013, which states that at least 50 percent of the total contract cost will be performed by the small business prime contractor or small business similar situated entities. b. If you are a small business, does your company have adequate resources, financial or otherwise, to perform the requirement? 4. Please provide details regarding any anticipated teaming arrangements, strategic alliances, or other business arrangements to satisfy the PD Aerostats SETA requirements. Respondents are requested to identify teams, indicating each team member's size status based upon the NAICS code of the work that the team member may be doing. Please list the process used in selecting the teaming members. 5. Is your company currently providing similar services to another government agency (you may also include contract #s for government) or other non-government customer? If so, please identify the agency or non-government customer. If you are unwilling to share your customer's identity, please address whether your company offers the same or similar services commercially. 6. Please identify your company's past and current customers to which you provided this type of service or similar services, including a customer/company name and point of contact, phone number and address/e-mail where they can be contacted. 7. Does your company have a Defense Contract Audit Agency approved accounting system? 8. Please identify the company's facility clearance level. Also indicate the number of company employees and their position(s) that currently possess or are eligible for SECRET and TOP SECRET clearances. Contracting Office Address: 6001 COMBAT DRIVE Aberdeen Proving Ground, Maryland 21005-1846 United States Primary Point of Contact: Jennifer L. Mattessino jennifer.l.mattessino.civ@mail.mil Phone: (443)861-4772
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/f3af441d5e9abfe44d2570101583cf39)
 
Place of Performance
Address: 6165 Guardian Gateway suite T, Aberdeen Proving Ground, Maryland, 21005, United States
Zip Code: 21005
 
Record
SN04492668-W 20170504/170502234924-f3af441d5e9abfe44d2570101583cf39 (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.