Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 16, 2020 SAM #6743
SOURCES SOUGHT

99 -- Sources Sought for Warfighter Integrated Network Tactical (WIN-T) INC. 1 & 2 Hardware and Software Sustainment Solutions

Notice Date
5/14/2020 12:30:08 PM
 
Notice Type
Sources Sought
 
Contracting Office
DLA LAND AT ABERDEEN ABER PROV GRD MD 21005 USA
 
ZIP Code
21005
 
Solicitation Number
DLA-Aberdeen-20-046
 
Response Due
6/30/2020 1:30:00 PM
 
Archive Date
07/15/2020
 
Point of Contact
Paul Yokemick, Cesar Saenz
 
E-Mail Address
paul.m.yokemick@dla.mil, cesar.saenz.civ@mail.mil
(paul.m.yokemick@dla.mil, cesar.saenz.civ@mail.mil)
 
Description
Description:� This document is for planning purposes only and does not constitute a solicitation. This Request for Information (RFI) is being issued to accomplish market research and sustainment support planning for the Warfighter Integrated Network Tactical (WIN-T) Increment 1 and 2 (INC1/2) systems. The Government will not pay for any information or reimburse any costs incurred as a result of your response to this RFI. All information submitted is voluntary. Not responding to this RFI does not preclude participation in a future solicitation. If a solicitation is released, the Government will do so using Betasam.gov: https://beta.sam.gov/ . It is the responsibility of potential offerors to monitor this site for additional information pertaining to this requirement. Background: The Government is seeking a white paper from interested vendors on both hardware and software sustainment solutions for the WIN-T INC 1/2. The Army is interested in industry-generated solutions to poor availability and obsolescence challenges. WIN-T INC1/2 includes a variety of systems that fall within Forces Command�s �top 20 priority systems. A number of challenges exist in supporting this equipment, to include:� ��� �INC 1 originally fielded as a Quick Reaction Capability (QRC); maintenance concept was CLS for life ��� �Limited inventory to support demand ��� �Only recently have we ceased �off line� support, thus demand history is still being established on some items ��� �Many items are Common Hardware Software (CHS), supported thus far with warranties, and about to come off of warranty. Will need to establish stock on hand and demand history on those items. ��� �Hardware and software baselines are changing due to obsolescence, but Engineering Change Proposals (ECPs), Modification Work Orders (MWOs), Maintenance Allocation Memorandums (MAMs), etc. have generally not been incorporated into technical manuals (TMs) or provisioning ��� �Mitigating future obsolescence with corresponding changes to the software baseline, if required, to support a new hardware product baseline ��� �Units not turning in, stockpiling failed equipment ��� �Sustainment support for non-provisioned items Solutions can range from transactional/traditional support to full-system sustainment support, both supply and maintenance, in a Performance Based Logistics arrangement. Hybrid approaches for hardware sustainment as well as software sustainment are acceptable. The Army is prepared to invest and establish long-term commitments with industry partners to maintain Readiness of Army WIN-T INC 1/2 systems.� Maintenance Concept:� WIN-T INC1/2 employs the Army�s two-level maintenance concept; focusing on organic field-level operations and a combination of contractor and Government services for sustainment/depot-level operations. �These depot-level operations include Post Production Software Support to maintain WIN-T INC1/2 software baseline, to include security updates, address field reported problems and provide needed updates, if required, as part of hardware obsolescence changes. White Paper Considerations/End State: The Government evaluation of approaches will consider the following listed in order of importance: � ��� �Understanding the Improvement Opportunities that exist/what outcomes a vendor�s approach can address (system availability, obsolescence, reliability or cost) ��� �Reduction to operational risk ��� �Must be able to integrate into supply system ��� �Transparency to Army end-user/customer Desired End State:� ��� �WIN-T INC 1/2 systems maintained at operational readiness rates > 90% ��� �Utilization of the Standard Army Supply System ��� �Empowering Soldiers to maintain their own equipment ��� �Minimum of 90% stock availability Supply Support The contractor must identify how the following will be accomplished through their approach:� ��� �90% stock availability ��� �Forecast and initiate the required repair or procurement actions to support the ongoing needs from the field� ��� �Manage the storage warehouse activities ��� �Initiate and facilitate the expeditious transportation of assets to the customer worldwide ��� �Conduct the receipt and issuing of spare parts against valid requisitions ��� �Maintain the data accuracy within the Logistics Modernization Program (LMP) system ��� �Keep the hardware and software baseline relevant by establishing and implementing a robust and proactive obsolescence management strategy A list of key components of the WIN-T INC1/2 systems is provided in the corresponding spreadsheet. The contractor will have to manage and supply these items in response to a valid requisition. The contractor will receive, warehouse, and track these assets following transfer into the contractor�s custody. The contractor would need to analyze the most efficient and effective means of wholesale inventory management and control, storing and issuing of assets, repair of unserviceable assets, and the procurement of required parts in accordance with the required configuration. This includes obsolescence management, test and integration of equipment upgrades, and operational proficiency for the WIN-T INC1/2 systems. End-Item Repair The contractor will need to furnish materials, equipment, and resources required to support the WIN-T INC1/2 systems. It is the Government�s desire to maximize system operational availability via a combination of supply support, tech assist, and field support. The contractor will ensure that a SECRET facility clearance is maintained and will provide an adequate number of personnel cleared at the SECRET level to perform classified tasks. Currently, some programs within the WIN-T INC1/2 portfolio (STT, JNN, SSS) are undergoing repair programs at Tobyhanna Army Depot, while a few others are in the process of developing capability for organic depot repair. The contractor will have the opportunity to engage in a Public Private Partnership (P3) for those systems, provided it is cost effective to do so. The Government will not issue a Technical Data Package (TDP) for any of these systems with the exception of authenticated or draft Technical Manuals (TMs), Repair Parts and Special Tools List (RPSTL), Provisioning Parts Lists (PPL), and other logistics products. The contractor will be responsible for any test, measurement, and diagnostic equipment (TMDE), test procedures, and repair procedures. For systems repaired by the contractor, the standard of repair would be based on the condition of the asset. A repair would be bringing the system up to 10/20, as well as deep cleaning the system and inside LRUs. Overhaul would require everything a repair would include, with the additional requirement of sanding the system to bare metal, repairing cracked or broken welds, re-painting/re-finishing, re-labeling cables and stenciling.� When evacuating systems and/or equipment to the depot or contractor facility is not feasible, support may have to be provided closer to the Soldier. The Government is willing to explore alternatives such as a remote technical assistance option (i.e. helpdesk). The intent would be to field inquiries and assist with troubleshooting when Logistics Assistance Representatives (LAR) support is not available or if the unit requires additional support. � If a more direct approach is needed, the contractor can deploy a Field Service Representative (FSR). All FSRs would need to have the appropriate SECRET clearance and an active passport for possible OCONUS trips. In addition, they would need to have the right tools required to ensure they are able to fault isolate and repair the system once onsite. Whether the support is remote or an FSR is deployed, it is the Government�s desire to have all field issues and remedies documented to evaluate gaps that are in the TMs and provisioning. Recommendations can then be provided to the Government (i.e. parts that should be provisioned or procedures in the manuals that need to be added or modified). Request for Information: White Papers must be submitted electronically to: Mr. Paul Yokemick -�Paul.M.Yokemick@dla.mil� Single PDF file as an email attachment with no more than 60 pages (slide format/power point are acceptable as submission or within the submission) The Following Should Be Included: ��� �Title Page - including primary POC with telephone number and e-mail address, CAGE code, Business size (large, small disadvantaged, veteran owned, woman owned, etc.) ��� �Executive Summary � Executive summary of approach ��� �Expected Expenditures/Cost � Discussion of potential cost impact to approach (greater than or less than current support environment as you understand it)� ��� �Technical Portion �� o�� �Introduce the problem as you understand it o�� �Describe your current support to WIN-T INC 1/2 (if applicable) o�� �Identify key obstacles o�� �Outline proposed outcomes and solutions (including contractual needs) o�� �Well defined benefit to the Army if utilizing your approach o�� �Describe your company�s expertise/experience in providing the support detailed o�� �Timeline for solution execution� * Note: If your white paper provides a Performance Based Logistics (PBL) solution, include experience in providing PBL or data to support your ability to do so� *Vendors may provide more than one white paper/solution set All responses shall be unclassified. All assumptions, including any assumed Government support, should be clearly identified. All proprietary and restricted information should be clearly marked. Responses will not be returned nor considered by the Government as offers. Please note this is not a Request for Proposal (RFP). This notice is provided for planning purposes and is not to be construed as a commitment by the U.S. Government. Contracting Office Address:� 6001 Combat Drive Room C1-301 Aberdeen Proving Ground, Maryland 21005� United States Primary Point of Contact: Cesar Saenz INC 1 /2 Special Projects Lead Cesar.saenz.civ@mail.mil COMM: 443-395-8153
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/f28f134964ef4ac8b9ba73f910af48ab/view)
 
Record
SN05658516-F 20200516/200514230201 (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.