Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 26, 2023 SAM #7820
SOURCES SOUGHT

99 -- Source Sought Synopsis (Saudi Ground Support System Maintenance Follow On)

Notice Date
4/24/2023 11:52:05 AM
 
Notice Type
Sources Sought
 
NAICS
334220 — Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing
 
Contracting Office
FA8726 AFLCMC HNK C3IN HANSCOM AFB MA 01731-2100 USA
 
ZIP Code
01731-2100
 
Solicitation Number
FA872623CB000
 
Response Due
5/9/2023 9:00:00 AM
 
Point of Contact
Mr. Jared R. Fay, Phone: 781-225-0614, Ms. Gillian Ferguson, Phone: 7812254155
 
E-Mail Address
jared.fay@us.af.mil, Gillian.Ferguson.1@us.af.mil
(jared.fay@us.af.mil, Gillian.Ferguson.1@us.af.mil)
 
Description
Source Sough Synopsis Saudi Ground Support System Maintenance Follow On ?� Section I: Requirement Background The U.S. Air Force is seeking qualified sources for the sustainment of the Battlefield Operations Support System (BOSS) Ground Support System (GSS) software and hardware installed in the Kingdom of Saudi Arabia (KSA).� The effort includes acquisition of spares, maintenance, and support package for the full inventory of equipment in KSA.� The effort also includes providing Subject Matter Expertise (SME) on the GSS systems and the employment of an In-Kingdom GSS specialist to include support, housing, travel and Other Direct Cost (ODC).� The BOSS software is not owned by the USG, nor does the Government possess Government Purpose Rights (GPR) to the Source code. BOSS Software is the COTS proprietary software belonging to the Tactical Communications Group (TCG) of the Curtiss Wright Company and any sustainment vendor will require a contractual relationship that allows licensing to update, sustain, and support the GSS system. Air Force Life Cycle Management Center (AFLCMC) Aerial Networks Division (HNA), in support of Foreign Military Sales (FMS) Letter of Offer and Acceptance (LOA) SR-D-QDN, intends to award a contract for the procurement of the following items to continue to support the operation of the Link 16 Ground Support Systems (GSSs) to support the operational introduction of Link 16 capabilities for the Royal Saudi Air Force (RSAF). In accordance with Federal Acquisition Regulation (FAR) part 15.201(e), responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. This Sources Sought request neither constitutes a Request for Proposal (RFP), nor does it restrict the Government to an ultimate acquisition approach. This Sources Sought request should not be construed as a commitment by the government for any purpose. The Government will not respond to any requests for a solicitation. The government will not reimburse any contractor for any costs associated with preparing or submitting a response to this notice. 1. Description: This procurement will include unclassified GSS hardware and software and periodic updates to the system; all operator and maintenance equipment familiarization services, hardware & software maintenance/help desk support package, commercial maintenance support plan, cyber security updates IAW US Policy; and the placement of the GSS in-Kingdom SME.� The period of performance is contract award through 31 December 2027.� The Contractor shall provide data as required over the life of the contract.� The Contractor shall provide engineering services for requested services such as supplemental training, exercise support, in-country service calls and travel and Other Direct Cost (ODC) and pricing for options for an In-Kingdom GSS specialist to include labor, travel and ODC, housing, and a four (4) year GSS license for the equipment in the training environment.� The Contractor and its personnel must possess a US DOD SECRET Clearance and the supporting personnel must be eligible to receive temporary Visas to visit or work in Saudi Arabia. There is currently enough equipment in kingdom for up to (20) GSS clusters with approximately eighty (60) client workstations installed in KSA, one each located at the four (4) F-15 airbases in Tabuk, Taif, Dhahran, Khamis; at the Airborne Warning and Control System (AWACS) base in Al Kharj, at RSAF Headquarters in Riyadh, and a transportable unit(s) maintained from RSAF HQ.� Each GSS cluster is interconnected on a secure (cryptographically isolated) network over Local Area Networks (LANs) and a Kingdom-wide RSAF WAN. There is also a separate GSS Tactical Workstation (TWS) positioned at the Air Operations Center (AOC) in Riyadh and a �leased� twelve (12) workstations training environment (not on WAN) in the training center at the AWC in Dhahran. The previous service contract with the original equipment manufacturer expires (Dec 2023), and due to the mission critical requirement for these highly specialized systems, the RSAF requires extended maintenance and service support for hardware and software maintenance, ongoing training, problem diagnosis, telephone support, and in-Kingdom operational support (as requested) for their GSSs.� The Original Equipment Manufacturer (OEM) for these systems is Tactical Communications Group (TCG), of Tewksbury, Massachusetts, a wholly owned subsidiary of Curtiss-Wright Company. This synopsis is for planning purposes only and does not constitute an Invitation for Bid (IFB) or a Request for Proposal (RFP). Nor does its issuance restrict the Government as to the ultimate acquisition approach. AFLCMC will not release to any firm, agency, or individual outside the Government, any information properly marked with a proprietary legend without the written permission from the respondent. The Government will not pay for any information received in response to this synopsis. The proposed North American Industrial Classification System (NAICS) Code for the overall program is 334220. Which has a size standard of 1250 employees. Section II: Instructions for Submission of Information Responses to this synopsis shall contain sufficient documentation in accordance with attachment #1 and #2. Based on the proposed NAICS code, respondents must specify whether it is a large business, small business, small disadvantaged business, 8(a) concern, women-owned small business, HUBZone small business, veteran-owned small business or service-disabled veteran-owned small business. Also specify whether a respondent is a U.S. or foreign-owned firm. In addition, respondents can provide a comment on the proposed NAICS code to see if the Government would consider another code. All responses should be brief and concise, yet clearly demonstrate your abilities to meet the stated objectives. Limit responses to a total page limit of 10 pages on 8 �� X 11� paper. Pages shall be single-spaced and one-sided. The font shall be Times New Roman not less than 10pt with a one inch margin. Please submit your responses electronically gillian.ferguson.1@us.af.mil in a Microsoft Word compatible file. Responses will not be accepted by telephone. Submissions may also be received through DoD SAFE (https://safe.apps.mil/) web application. The DoD SAFE application is used to send large files to individuals which would normally be too large to send via email. Everyone has free access to DoD SAFE, and the application is available for use by anyone. Businesses must be registered in SAM to conduct business with the US Federal Government. The System for Award Management (SAM) can be accessed at http://www.sam.gov. The Air Force will treat all information marked ""proprietary"" consistent with federal information protection laws, including the Freedom of Information Act and the Trade Secrets Act. The Government reserves the right to contact the submitting parties, on an as required basis, for further clarification on material provided. The Government reserves the right to contact additional customers to obtain information that will be used to evaluate each respondent�s capability. If you choose to submit proprietary information, mark it accordingly. Classified information will not be accepted. The Contracting Officer is Mr. Mr. Jared R. Fay (jared.fay@us.af.mil), and the Contracting Specialist is Ms. Gillian Ferguson (gillian.ferguson.1@us.af.mil). An AFLCMC Ombudsman has been appointed to consider and facilitate the resolution of concerns from offerors, potential offerors, and others for this acquisition. Before consulting the Ombudsman concerned parties should first address their concerns, issues, disagreements, and/or recommendation to the Contracting Officer for resolution. AFLCMC Ombudsman: Col Sean Tucker, USAF Ombudsman AFLCMC/AQ-AZ Acquisition Excellence Directorate (937) 255-5512 or DSN (312) 785-5512 Email: sean.tucker.1@us.af.mil 1790 Tenth Street Wright Patterson AFB OH 45433-7106 Please provide response via e-mail to gillian.ferguson.1@us.af.mil and jared.fay@us.af.mil not later than 12:00 PM (Eastern Time), 9 May 2023. Responses received after this date and time may not be reviewed. Attachments: Attachment 1 � Sources Sought Worksheet Attachment 2 � Project Information Worksheet ATTACHMENT #1 Sources Sought Worksheet for Saudi Ground Support System Maintenance Follow On Company Information Company Name:________________________________________________________________ Point of Contact:________________________________________________________________ POC Phone:__________________� POC E-Mail:______________________________________ Company DUNS (if applicable): _______________________ Company CAGE Code (if applicable): _________________ Check All That Apply: Other than Small Business Small Business SBA Certified 8A Program Participant SBA Certified HUB Zone Firm SBA Certified Small Disadvantaged Business Self-Certified Small Disadvantaged Business Service Disabled Veteran-Owned Small Business AbilityOne (formerly JWOD) Non-Profit Agency Veteran Owned Small Business Women Owned Small Business Economically Disadvantaged Women Owned Small Business Identify any existing contracts you may hold that may fulfill this requirement. If you have such existing contracts please provide the contract number and the Contracting Officer�s contact information: (typed responses encouraged) _________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________ PRIMARY AREAS OF EXPERTISE/INTEREST NAICS Code: Description: BONDING CAPACITY Type: Amount per contract: $ $ Aggregate amount: $ $ How likely are you to submit a proposal on a solicitation that may result from this effort? Very Likely ______� Likely _____� Not Likely _____ ATTACHMENT #2 Use the template on the following page to describe projects of similar size, scope and complexity as that described in the sources sought synopsis which you have performed within the last five (5) years. Total submittal, including pages 1 and 2, shall not exceed eight (8) pages. PROJECT INFORMATION TEMPLATE (Make additional copies as needed) Project Title: Location: Address of Work Site: Contract Number: Task Order Number: Dates of Performance: From To Total Contract Value: $ Total Value to Date: $ Procuring Activity: Procurement Point of Contact: Phone: Type of Agency: Fed State Municipality Private Other (describe) Performed as: Prime Contractor Subcontractor Other (describe) General Description of Work:
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/13b1027051a142279ecfe943d09499f3/view)
 
Place of Performance
Address: SAU
Country: SAU
 
Record
SN06660942-F 20230426/230424230120 (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.