Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 30, 2004 FBO #0977
SOLICITATION NOTICE

63 -- MASINT Sensor Suites

Notice Date
7/28/2004
 
Notice Type
Solicitation Notice
 
NAICS
928110 — National Security
 
Contracting Office
Other Defense Agencies, Defense Intelligence Agency, Virginia Contracting Activity (ZD50), 200 MacDill Boulevard Post Office Box 46563, Washington, DC, 20035-6563
 
ZIP Code
20035-6563
 
Solicitation Number
HHM402-04-Q-0197
 
Response Due
8/11/2004
 
Archive Date
8/26/2004
 
Point of Contact
Christopher Williamson, Contract Specialist, Phone (703) 907-0420, Fax (703) 907-1978,
 
E-Mail Address
Christopher.Williamson@dia.mil
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulations (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. This solicitation, HHM402-04-Q-0197, is issued as a Request for Quote (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through FAC 2001-24 and DFARS Change Notice 20040625. The contractor shall provide MASINT Sensor Suites as described below. The commercial contract will be firm fixed price. DESCRIPTION: 1. Scope/Objective: Procure, test and support six Technical Collection sensor suites to meet national and DOD intelligence needs. 2. Management: The Govt will provide technical direction and oversight in the identification of the proper end-to-end solutions. 3. Tasks/Requirements: 3.1. Unattended sensor and tag systems: As directed, procure six systems as defined below; each system will come with one year maintenance, integration and testing, and software licenses. Gans and Pugh, , (703) 709-0305, is a mandatory subcontractor for the items marked with ***: The contract will be a Fixed Price, commercial contract (SF1449). 3.1.1. Three Systems configured as follows: Q-Log (***) 6 ea.; Iridilog (***) 3 ea.; Tele-Log (***) 3 ea.; Iridilog Interrogator (***) 3 ea.; Processor/transmitter 4 ea.; Infrared Camera 4 ea.; Day Camera 4 ea; Relay 2 ea.; Portable Display 1 ea.; Transit Cases 4 ea. 3.1.2. Two Systems configured as follows: Q-Log (***) 6 ea.; Iridilog (***) 3 ea.; Tele-Log (***) 3 ea.; Iridilog Interrogator (***) 3 ea.; Processor/transmitter 4 ea.; Infrared Camera 4 ea.; Day Camera 4 ea.; Handheld Programmer Unit 1 ea.; Relay 2 ea.; Display Unit 1 ea.; Transit Cases 4 ea. 3.1.3. One System configured as follows: Q-Log (***) 6 ea.; Iridilog (***) 3 ea.; Tele-Log (***) 3 ea.; Iridilog Interrogator (***) 3 ea.; Processor/transmitter 4 ea.; Infrared Camera 4 ea.; Day Camera 4 ea.; Handheld Programmer Unit 1 ea.; Relay 2 ea.; Portable Display Unit 1 ea.; Transit Cases 4 ea. 3.2. Requirements for systems defined in 3.1 include: 3.2.1. Processing/Transmitter units ? Processing of Sensor information to distinguish between people, animals and different types of vehicles both day and night. Information is processed in a manner to minimize false alarms. Data compression will support transmission of images. Tamper alarms will be provided if unit or sensors are moved. Two way communications is required. The following sensor and imaging capabilities (Separately or integrated) are desired: 3.2.1.1 Seismic sensors: Large and small vehicles; and single adult/groups 3.2.1.2 Acoustic sensors: Noisy Vehicles and Quiet Vehicles; Small propeller aircraft and large propeller aircraft 3.2.1.3 Magnetic sensors: Large and small vehicles 3.2.1.4 Passive infrared sensors: Vehicles and personnel 3.2.1.5 IR cameras 3.2.1.6 Day cameras 3.2.2. Handheld programmer/display units ? used for programming the configuration for the sensors and relays, and provides GPS positioning of sensor and relay units. It should also receive activity detection reports and display sensor activity on a map-based display. 3.2.3. Relays ? Line of sight. 3.2.4. Battery Life ? 60 days. Assumptions to support battery used provided by vendor. 3.2.5.Communications ? Satellite connectivity (GlobalStar and/or Iridium satellite connectivity from the system deployment site to the monitoring site). Two-way communications is required between sensor field and receive station. 3.2.6. Transit cases ? Ruggedized cases to transport processor/transmitter unit, sensors, and cameras. 3.2.7. Remote data receive/monitoring capability that includes: 3.2.7.1. Servers ? Communicate with remote sensors, user interface, and other system components. Information received from the system components stored in a database designed for easy access. Necessary software to support access via web browsers should be provided. A multiple level security and access system for various levels of users is required. 3.2.7.2. Display units with GUI software ? Displays activity alerts on a map-based display. Display camera images received from the remote sensors in near real time. The display/server combination should be able to network with operations centers. The display will include administrative, planning, system status, and analysis. 3.2.8. Integration and Testing. Provide necessary integration of components identified in this SOW as a system to ensure interoperability and compatibility with DIA systems in the theatre of operation. Acceptance test includes a complete Government witnessed test to validate all system and component requirements as well as a vendor supported user run operational test. 3.2.9. Training - Operator and maintenance training is to be provided to assure the operator shall be able to fully operate and maintain the system at both centralized (operational management) and remote sites without assistance. 3.2.10. Warranty ? Minimum of one year. 3.2.11. Maintenance - Develop Maintenance support as follows: 3.2.11.1. Operator: Diagnose and repair problems with the equipment at a site. Diagnose and repair problems with the connected system at the remote site. Appropriate spares will be identified. 3.2.11.2. Depot: Repair damaged equipment and provide system upgrades to the latest software configurations. 3.2.12 Manuals. Provide 24 sets of operator and maintenance manuals to DIA/DT in both softcopy and hardcopy. 3.2.13. A Product Design Review (PDR) will be held within three weeks of contract award. Copies of the presentation will be provided Government attendees. 3.2.14. Delivery ? Six months from date of award. Acceptance testing is to be accomplished prior to delivery date. 4. Period of Performance: Six months from date of award. 5. Security: Software, data, working papers, documents, drawings, graphics, and pictures produced in support of or in response to this delivery order will be classified, stored, and protected in accordance with established US Government security guidelines or specific instructions and guidance provided by the DIA/DT or other agencies in the Intelligence Community. Once produced, these documents become and remain the sole property of the US Government. 6. Deliverables: 6.1. Six systems meeting the requirements outlined in paragraph 3. 6.2. Provide monthly financial status reports on expenditures and on the progress of the system configuration to date to the Contracting Officer Representative. Format of reports are to be determined in conjunction with DIA/DT. 6.3. All documentation developed in support of systems integration and fielding and documentation on all hardware and software procured will be transferred to the Government (DIA/DT) upon completion of this contract. 6.4. A PDR, to be accomplished as defined in paragraph 3. 6.5. Training, to be provided as defined in paragraph 3. 6.6. A draft acceptance test plan, required 45 days prior to beginning of acceptance test for Government comment. Government comments will be provided within 30 days of receipt. Final test plan will reflect Government comments. 6.7. Twenty-four sets of Operator and Maintenance manuals as defined in paragraph 3. 6.8. All deliverables in this contract become the sole property of the U.S. Government. Delivery and acceptance will be at the DIA in Washington, DC, FOB Destination. The period of performance shall be six months through the date of award. The provision at FAR 52.212-1, Instructions to Offerors-Commercial, applies to this acquisition. The provisions at FAR 52.212-2, Evaluation--Commercial Items are incorporated. The Government intends to award a contract resulting from this solicitation to that responsible offeror whose offer will be the most advantageous to the Government. The following factors, listed in descending order of importance, shall be used to evaluate the offers: (i) Technical capability of the item offered to meet the Government requirement, (ii) Price, and (iii) Past Performance. Offeror must complete and submit with its proposal, FAR 52.212-3, Offeror Representations and Certifications--Commercial Items and DFARs 252.212-7000 Offeror Representations and Certifications--Commercial Items. The clauses at FAR 52.212-4, Contract Terms and Conditions/Commercial Items and FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items, apply to this acquisition. The DFARs clause at 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, applies to this acquisition. A response may be emailed to Christopher.Williamson@dia.mil before 1600 (4 PM) on August 10, 2004 or faxed to (703) 907-1978. Please limit quotation to 5 pages.
 
Place of Performance
Address: Washington, DC
 
Record
SN00632473-W 20040730/040728213004 (fbodaily.com)
 
Source
FedBizOpps.gov 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  © 1994-2020, Loren Data Corp.