Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 08, 2018 FBO #5921
MODIFICATION

59 -- PRODUCT DIRECTOR, AIRBORNE RECONNAISSANCE LOW SYSTEMS SUPPORT (PASS) Contract Follow-on planning - PASS Follow-on PWS

Notice Date
2/6/2018
 
Notice Type
Modification/Amendment
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of the Army, Army Contracting Command, ACC - APG (W56KGY) Division C, 6565 Surveillance Loop, Building 6001, Aberdeen Proving Ground, Maryland, 21005-1846, United States
 
ZIP Code
21005-1846
 
Solicitation Number
PASSContractFollowOn
 
Archive Date
3/29/2018
 
Point of Contact
Erin Gardner, Phone: 4438615364, Kevin Cook,
 
E-Mail Address
erin.m.gardner5.civ@mail.mil, kevin.j.cook2.civ@mail.mil
(erin.m.gardner5.civ@mail.mil, kevin.j.cook2.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
Synopsis: THIS IS A REQUEST FOR INFORMATION (RFI) ONLY. This request is for planning purposes, and does not constitute an invitation for bids, request for proposals, quotes, or an indication that the Government will contract for the items contained in this notice. The Government will not reimburse respondents for any cost associated with the submission of the information being requested, or reimburse expenses incurred to the interested parties for responses. Program Background: Engineering, operations, and logistics support, program management, system engineering, property accountability, testing, program security, information assurance, sensor operations, and field service support is being performed by Adams Communication, Engineering and Technology (ACET) for the PD ARL under the PD ARL Sustainment Support (PASS) Contract No. W15P7T-10-D-D420/KZ01 (R23G). The contract expires in July 2019, and the Government is evaluating alternatives for the continuation of this effort. The PASS supports various projects in the Intelligence, Surveillance, and Reconnaissance (ISR) area, and requires operations and sustainment of the fielded systems as described below. The support may include design and integration of new sensor capabilities. The Government has an ongoing requirement to upgrade and advance key technologies for robust intercept and exploitation of modern Communications Intelligence (COMINT) targets. The required activities include investigative and algorithmic studies, system architecture definition, prototype demonstration efforts and evaluation activities. Request for Information: The Government is considering contracting methods to expand support for PD ARL for Communications Intelligence (COMINT) and Electronic Intelligence (ELINT) emitters. This support would include sensor integration, development, test, validation and verification into the Mission Equipment Package (MEP). This will require Systems Engineering, Software Engineering and access to the aircraft during classified calibration/ test/flight/ground operations. If interested, the Government is requesting contractors to provide sufficient information which demonstrates capability and experience in providing the engineering and field support to specific subsystem OEM's described below. Support will be required for the currently fielded systems ARL-M and Saturn Arch Programs, as described above, and in the listing attached. Support will also be required for ARL-E beginning in 2020. Interested sources are requested to submit a summary of demonstrated capabilities, identify how the attached listed OEM items would be supported, and if a teaming agreement is in place with the listed potential sub-contractors for this OEM support. Note: In the listing attached, the named OEMs are considered to be critical and may be called out as directed sub-contractors in any potential solicitation. Respondents shall address each of the service requirements below (program management, engineering, operations, and logistics) by describing: • The work your company performed in the past in support of the same or similar requirement • Processes, procedures and tools used to successfully perform the same or similar requirements • The full range of corporate financial, human capital, and technical resources required to successfully perform the same or similar requirements •Company's ability to scale its capacity, and adapt its tools, processes and procedures to meet the requirements of the PASS program 1. Program Management a. Teaming/partnership arrangements and relevant services that each partner will provide to include: program management, engineering, operations, and logistics support services. Provide details as to whether your company has managed a team of subcontractors on a task of this nature. b. Subcontract management processes that ensures flow down of all necessary contractual and program requirements, efficient work authorization, quality control, and oversight of subcontractors employed. c. Organization/team control and management of company processes, include management oversight, reporting, standards, risk management, scheduling, and cost control. d. Commercial sources of supplies for services and parts to support PASS requirements. e. Foreign business licenses, import/export licenses, and foreign labor law compliance. 2. Engineering a. Product acceptance including system, subsystem, and component quality, verification, and testing at all levels, including lower tier subcontractors and suppliers. b. Engineering security solutions for forward deployed and/or tactical systems. This should include the design, preparation, and knowledge of all the required steps, documentation, and actions needed to accredit the system under the risk management framework process, DoDI 8500.01 and DoDI 8510.01 and National Institute of Standards and Technology (NIST) guidelines. c. Integration, test, and validation of new and modified Airworthiness Support, including quick turnaround engineering changes, prototypes, and modifications to field systems, avionics, telemetry, sensor and communication equipment, ground control stations, and other auxiliary equipment. d. Preventative and corrective Field Level maintenance including Preventative Maintenance Checks and Services (PMCS), troubleshooting to isolate faulty Line Replaceable Unity (LRU) or Shop Repairable Unit (SRU), and remove and replace LRU/SRU. e. Development and sustainment of hardware including removal and replacement SRU, depot level repair screening, depot level repair or ability to facilitate depot level repair via OEM, entity covered under a Support Agreement with the Government (e.g. PdM EO/IR's Support Contract), or Government Activity (e.g. Tobyhanna Army Depot). These are increasing order of preference with Government Activity being the most preferred. f. Development and sustainment of software including information assurance, certification and accreditation (SSPs, ATOs) for MEP/PED equipment, quarterly patches (IAVAs, firmware updates), PTR resolution, and software enhancements. g. Integrate network and other non-traditional computing/networking components such as serial servers, navigation systems, computer servers, video encoders and approved system payloads into Army systems' network infrastructure. 3. Operations a. Support all CONUS and OCONUS functions, organizational constructs, relationships, roles, and responsibilities. b. Above user-level and depot-level maintenance requirements for airborne reconnaissance systems. c. Implement a training program to qualify operators, such as; manuals, documentation, and training aids that your company uses to certify operators. d. Ensure maximum operational readiness in the following areas: i. Continuity of Operations ii. Reachback Support iii. Disaster Recovery iv. System Maintenance v. Information Assurance Vulnerability Management vi. Incident Handling/Incident Response 4. Logistics a. Accurate and timely inventory management to maintain minimum stock levels for hubs in various geographical locations and total asset visibility in accordance with Department of Defense standards for airborne reconnaissance systems at multiple locations. b. Sustaining program materiel and supporting documentation, e.g., provisioning technical database, technical manuals, training support package and engineering drawings. c. Sustaining industrial capacity, facilities and infrastructure necessary to support warehousing, production, repair, long-term storage, test, training, experimentation, and operations support. d. Packaging, shipping and transportation operations to include spare/repair parts, support equipment and kits, and entire systems to meet commercial and military shipment directives and regulations. e. Establishing public-private partnership to take maximum advantage of the unique capacities and resources of Government and Industry. Company Information Please provide the following point of contact information: Company Name Mailing Address and Website Commercial and Government Entity (CAGE) Code North America Industry Classification System (NAICS) number. State your companies associated Business size and eligibility under U.S. Government social-economic programs and preference (i.e., type of business -large, small, small-disadvantaged, women-owned, veteran- owned or 8(a)). Data Universal Numbering System (DUNS) number Location of facility(s) Subcontracting Plan (if applicable) Person(s) Responding to RFI: Name Title Company Responsibility/Position Telephone Number/Fax Number Email Address The purpose of this Sources Sought Notice is to satisfy the Market Research requirements to issue a new sole source contract. Response Information: Responses to this RFI must be unclassified and should not exceed 25 pages in length in either one continuous Microsoft Word document or one Microsoft Power Point document. The Government will not reimburse responders to this notice for any costs incurred in responding, or in any subsequent exchange of information. Contractors may only provide one submission per CAGE code. If your company has different business sectors which hold different CAGE codes, each sector can submit a capability package. In addition, each CAGE code must provide separate facility clearance documentation. If teaming, use the Prime Contractor's CAGE code in the response. Submission of proprietary and other sensitive information must be marked and identified with disposition instructions. Submitted material will not be returned. The information provided and received in response to this announcement is subject to the conditions set forth in FAR 52.215-3 -- Request for Information or Solicitation for Planning Purposes. All interested firms that possess the capabilities herein are encouraged to respond to this notice by providing the information specified herein, on or before 4:00 p.m. Eastern Daylight Time on 14 March 2018 to John Thiel, john.s.thiel.ctr@mail.mil, CC: Paul Handakas, paul.p.handakas.civ@mail.mil NO PHONE CALLS OR EMAILS WILL BE ACCEPTED. HAND DELIVERED PACKAGES WILL NOT BE ACCEPTED.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/b23ca5e4cfdd2f0a7a05c6e025ad68bb)
 
Place of Performance
Address: 6580 Surveillance Loop (formerly 6006 Combat Drive), Aberdeen Proving Grounds, Maryland, 21005, United States
Zip Code: 21005
 
Record
SN04812601-W 20180208/180206231932-b23ca5e4cfdd2f0a7a05c6e025ad68bb (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.