Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 08, 2020 SAM #6735
SOURCES SOUGHT

R -- Joint Pacific Alaska Range Complex (JPARC) Operations and Sustainment (JOS)

Notice Date
5/6/2020 9:17:26 AM
 
Notice Type
Sources Sought
 
NAICS
541330 — Engineering Services
 
Contracting Office
W6QK ACC-ORLANDO ORLANDO FL 32826-3224 USA
 
ZIP Code
32826-3224
 
Solicitation Number
W900KK-18-D-JOS
 
Response Due
5/14/2020 9:00:00 AM
 
Archive Date
10/19/2020
 
Point of Contact
Indira R. Phillips, Contract Specialist/Contracting Officer, Phone: 407-208-5036, Jean Borowski, Branch Chief/Contracting Officer, Phone: 407-384-3813
 
E-Mail Address
indira.r.phillips.civ@mail.mil, jean.m.borowski.civ@mail.mil
(indira.r.phillips.civ@mail.mil, jean.m.borowski.civ@mail.mil)
 
Description
CAPABILITIES REQUEST: The �closing date� for submission of unclassified response to this �Sources Sought Notice� is 12:00 pm (noon) Eastern Standard Time, Thursday, 14 May 2020.� Contract Opportunities (beta.SAM.gov) Sources Sought Notice (SSN) for Joint Pacific Alaska Range Complex (JPARC) Operations and Sustainment (JOS) NAICS Code:� 541330 - Engineering Services Product Service Code:� R425 - Engineering and Technical Services Solicitation Number:� W900KK-20-R-JOS Main Place of Performance:� Joint Pacific Alaska Range Complex (JPARC) at Eielson Air Force Base (EAFB) and the Joint Base Elmendorf-Richardson (JBER), Fairbanks, Alaska. GENERAL REQUIREMENT INFORMATION: The United States Army Contracting Command-Orlando (ACC-ORL), on behalf of the Threat Systems Management Office (TSMO), Project Manager for Cyber, Test, and Training�s (PM CT2) and Program Executive Office for Simulation, Training and Instrumentation (PEO STRI), Orlando, FL, has a requirement for integrated operations and sustainment (O&S), technical services, and range support to provide combat training and testing opportunities for the Pacific Air Forces (PACAF). These services will be provided on the Joint Pacific Alaska Range Complex (JPARC), at Eielson Air Force Base (EAFB) and the Joint Base Elmendorf- Richardson (JBER), Alaska. Additionally, support operations will be required on a Temporary Duty (TDY) basis at various overseas locations. � This requirement includes providing all management, labor, equipment, tools, and supplies not otherwise specified as Government Furnished Equipment (GFE) in order to provide specified O&S in support of realistic combat training for daily flying operations, Large Force Employment events, and Major Force Employment activities on the JPARC and at deployed locations. Contractor shall be required to possess a Top Secret Facilities Clearance (FCL). Contractor operations and sustainment (O&S) services shall provide: credible threat engagement simulation and analysis; time-space-positional-information processing via full-spectrum Air Combat Training Systems (ACTS) and Command and Control (C2) capabilities; Airborne Electronic Attack (EA) pod support, detailed air-to-ground weapons scoring; ground-to-air radio systems management; microwave and fiber optic communication backbone and network management; real-time and after-action event analysis through threat video and mission recording management; briefing/debriefing audio-visual support; Live Virtual Constructive (LVC) system incorporations and executions; detailed Communications Security (COMSEC) processes; secure operating environments through encryption operations; and Automated Information Systems (AIS)/ Information Technology (IT) desktop support and network operations processes. Further, the Contractor shall provide subject matter experts to assist training event development and execution management, to include real-time air-to-air and surface-to-air tactics analysis, adjudication and post mission evaluations, the safe control of air-to-ground weapons delivery operations, and the safe control of air and ground spaces via Special Use Airspace Information Service airspace management processes. Additionally, the Contractor shall provide O&S supporting deployed ACTS, Data Link, and the Joint Deployable Electronic Warfare Range (JDEWR) at exercise locations Outside Continental United States (OCONUS).� The proposed contract provides for a full spectrum of tasks to execute Operations and Sustainment of the threat simulators located in a remote location exposed to a severe environment. The Contractor shall also provide system-specific engineering and technical expertise to government agencies and/or visiting contractors regarding JPARC systems capabilities. Focus areas will be: radars, electronics, communications, data network and systems engineering, systems failure analysis, environmental control systems, electrical power production and distribution systems, microwave and fiber optic networks and backbone systems, integrated communication switches, ground-air transceivers, telephony, and radio-frequency antennas and cabling. A draft revised Performance Work Statement (PWS) is included with this posting. For purposes of this Sources Sought Notice (SSN), the attachments referenced at the end of the draft PWS will not be made available. The Government does not intend to hold an Industry Site Visit. ACQUISITION APPROACH: The Government anticipates the JOS effort will be fulfilled utilizing a competitive contract, with a combination of Cost Plus Fixed Fee (CPFF), and/or Firm Fixed Price (FFP), Contract Line Item Numbers (CLINs), in accordance with FAR Part 16.504. The award determination will be made on a Best Value/Trade-off basis. Award will be made in the form of a Single Award, Indefinite Delivery/Indefinite Quantity (IDIQ) contract to one responsible offeror and orders will be issued against the IDIQ as need arises. Tasking will be by individual Task Order (TO) specifying the services to be provided from the basic contract. PERIOD OF PERFORMANCE: The period of performance is anticipated to be 7-years. Alternatively, the Government seeks input from Industry as to the feasibility of a 10-year contract instrument. TOTAL ESTIMATED DOLLAR VALUE: The estimated IDIQ contract maximum ceiling is $245M RESPONSES REQUESTED: Respondents shall provide an unclassified response to this notice. Information identified by a respondent as �Proprietary or Confidential� will not be disclosed outside of Government channels. If a respondent submits such information, respondent is responsible for clearly marking �proprietary� on each sheet containing information and segregating such information to the maximum extent practical from other portions of the response. All interested firms shall submit a package of not-to-exceed 15-pages outlining the firm�s experience, resources and capabilities. The package shall clearly demonstrate an ability to meet the stated requirements. The Government will not accept company literature or marketing materials in response to this SSN. Recent relevant experience in all areas shall be provided, including any Government contracts for similar services. Information provided must include: contract numbers, agency, contracting officer and period of performance.� Teaming and/or subcontracting arrangements shall be clearly delineated i.e. what specific subcontracting possibilities will be levied to fulfill all requirements as stated in the PWS, disclose specific company name. Previous experience in teaming must be provided. In addition to the above, firms are requested to answer the SSN questions below, for the Government to assess market conditions.� Negative responses are required.� Inapplicable questions should be answered as not applicable (N/A). JOS SSN Questions; May 2020 1.�������� As an Offeror, describe how do you assess your ability to perform the Air Platform Tracking and Command and Control (C2) Capabilities operations as described within the JOS PWS Section 3.7, and specifically paragraph 3.7.7 ACTS POST-MISSION � ICADS/DMD SUPPORT Operations � at both Eielson Air Force Base (AFB) and at Joint Base Elmendorf-Richardson (JBER). 2.�������� If as an Offeror you assess yourself as capable to perform the Air Platform Tracking and C2 Capabilities operations as described within the JOS PWS Section 3.7, and specifically paragraph 3.7.7 ACTS POST-MISSION � ICADS/DMD SUPPORT Operations � at both Eielson AFB and at Joint Base Elmendorf-Richardson (JBER), what is your recent comparable past experience that directly relates to this task? 3.�������� If as an Offeror you assess yourself as capable to perform the Air Platform Tracking and C2 Capabilities operations as described within the JOS PWS Section 3.7, and specifically paragraph 3.7.7 ACTS POST-MISSION � ICADS/DMD SUPPORT Operations � at both Eielson AFB and at Joint Base Elmendorf-Richardson (JBER), but lack relevant experience, what is the basis by which you believe you can perform the task(s)?� Is this a growth area for your company?� If so, by expansion of current operations, through partnering with an experienced supplier, or by acquisition of an existing support supplier? Provide specific approach for successful execution. Small Businesses expecting to prime this effort must state how they will meet the Limitations on Subcontracting listed in FAR 52.219-14. CONTACT INFORMATION: Capabilities Statements, along with any and all questions regarding this SSN, should be addressed to the U.S. Army Contracting Command-Orlando (ACC-ORL) to the attention of Indira R. Phillips, Contract Specialist (indira.r.phillips.civ@mail.mil / 407-208-5036) & Jean M. Borowski, Contracting Officer (Jean.M.Borowski.civ@mail.mil / 407-384-3813). Technical questions concerning this requirement shall be directed to the U.S. Army Program Executive Office for Simulation, Training and Instrumentation (PEO STRI) Threat Systems Management Office (TSMO), ian.k.brown4.civ@mail.mil/ 256-876-0566. DISCLAIMER: This is not a request for proposals. This notice is for information and planning purposes only and does not commit the Government to any contractual agreement. The Government does not intend to award a contract based on responses, pay for preparing any information sent or limit the Government�s use of information in response to this announcement. Proprietary information should be so marked.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/a2b81f09af894834933a1ef6c0947226/view)
 
Place of Performance
Address: Main Place of Performance: Joint Pacific Alaska Range Complex (JPARC) at Eielson Air Force Base (EAFB) and the Joint Base Elmendorf-Richardson (JBER), Eielson AFB, AK, USA
Country: USA
 
Record
SN05649200-F 20200508/200506230210 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.