Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 23, 2005 FBO #1488
SOURCES SOUGHT

A -- GLOBAL INTELLIGENCE, SURVEILLANCE, AND RECONNAISSANCE (ISR) TECHNICAL OPERATIONS SUPPORT

Notice Date
12/21/2005
 
Notice Type
Sources Sought
 
NAICS
541710 — Research and Development in the Physical, Engineering, and Life Sciences
 
Contracting Office
US Army Space and Missile Defense Command, Deputy Commander, ATTN SMDC-CM-AP, P.O. Box 1500, Huntsville, AL 35807-3801
 
ZIP Code
35807-3801
 
Solicitation Number
W9113M050018
 
Response Due
1/11/2006
 
Archive Date
3/12/2006
 
Small Business Set-Aside
N/A
 
Description
The U.S. Army Space and Missile Defense Command (USASMDC), in conjunction with the Department of Defense (DoD) Technical Operational Support Activity (TOSA), desires to contract for the necessary goods and services required to support the global Inte lligence, Surveillance, and Reconnaissance (ISR) technology mission area associated with DoD operations throughout the world. Any resultant contract is anticipated to be a multiple award indefinite delivery indefinite quantity (IDIQ) with firm fixed price labor rates and cost reimbursable contract line items (CLINs) for materials and other direct costs. The purpose of this synopsis is to gain knowledge of potential qualified sources and their size classification (i.e., HUBZone, 8(a), small, small disadvantaged, service-disabled veteran-owned small business, woman-owned, or large business) relative to Nort h American Industrial Classification System (NAICS) code 541710, Research and Development in the Physical, Engineering, and Life Sciences (size standard of 1,000 employees). PROSPECTIVE OFFERORS MUST HAVE THE CAPABILITY TO PERFORM ALL AREAS OF THE SCOPE O F WORK (SOW). At this time, the Government does not intend to award more than five (5) contracts. As the Government is unsure of the extent of anticipated small and small disadvantaged business participation, it is undecided as to the specific number and/or types of se t-aside awards to target during the development of its acquisition strategy. Small businesses may team together (or even affiliate) and be eligible for award of a set-aside contract, PROVIDED THAT EACH TEAM MEMBER MEETS THE NAICS CODE SMALL BUSINESS SIZE STANDARD. The Government does not intend to limit either the number or types of teaming arrangements entered into by the potential offerors (i.e., any given contractor could propose as a prime contractor as well as participate as a subcontractor on one or more other proposing teams.) In accordance with applicable federal acquisition regulation guidance, companies normally form a contractor team arrangement before submitting an offer. However, subject to when the arrangement occurs in the acquisition process and resp onsible contracting officer approval, if needed, vendors may enter into an arrangement later in the acquisition process, to include after contract award. The purpose of this sources sought announcement is to conduct market research and receive capability papers from interested businesses/teams. RESPONSE REQUIREMENTS: Capability papers should include the following information: size of company (i.e., 8(a), HUBZone, WOSB, SB, SDVOSB, Veteran, all others), number of employees, relevant past performance on same/similar work, your company/team capability to do this type of work, and the firm's ability to manage a large indefinite/delivery indefinite/quantity con tract with the potential of multiple subcontractors. Documentation and technical expertise must be presented in sufficient detail for the Government to determine that your company/team possesses the necessary experience and expertise in the 18 services/eq uipment areas listed below to compete for this acquisition. Interested firms should submit via e-mail and attach the capability statement (Microsoft Word format) within 21 calendar days after the date of this announcement to billy.lemley@smdc.army.mil (ti tle email: TOSA and Global ISR Technial Operations Support). Capability papers should not exceed ten (10) 8 1/2 x 11 pages, font size not smaller than Times New Roman 10. No pictures, charts or graphs shall be included. Any questions can be directed to Mr. Lemley. If a solicitation is issued it will be announced at a later date, and all interested parties must respond to that solicitation announcement separately from the responses to this announcement. The submission of this information in response to this sources sought announcement is for planning purposes only and is not to be construed as a commitment by the Governme nt to procure any items, nor does the U.S. Army Space and Missile Defense Command (USASMDC) intend to award on the basis of this request for information or otherwise pay for the information solicited. Capability papers should address that the contractor o r contractor team has the demonstrated ability to perform the entire task. The DoD Technical Operational Support Activity (TOSA) is a unique organization whose exclusive focus is on providing force personnel with needed intelligence, surveillance, and reconnaissance (ISR) capabilities to effectively combat unconventional and asym metric threats in the Contemporary Operational Environment (COE). TOSA's span of influence reaches from the battlefield to the integration and deployment of cutting-edge technologies to provide a quick reaction response to fill gaps in ISR capabilities. The purpose of this synopsis is to outline the general requirements to support TOSA's efforts to provide intelligence, surveillance, and reconnaissance capabilities and operational support for asymmetric and counter-insurgency warfare and counter-terrorism operations and may be used by other U.S. federal agencies to support this mission and other ISR-related programs. The effort to be performed under this requirement will provide the necessary goods and services required by TOSA to support the global ISR technology mission area, to include, but not limited to: counter-insurgency, counter-terrorism, counter-narcoterroris m, nation-building, homeland defense, homeland security, and critical infrastructure protection activities undertaken by the U.S. Government, coalition partners, and host nations. Specifically, this synopsis will establish the requirements for Contractor- provided equipment and services to research, develop, upgrade, install, fabricate, test, deploy, operate, train, maintain, and support new and existing federal Government platforms, systems, subsystems, items, and host-nation support initiatives. The foll owing definitions apply: a. Platform. A combination of hardware, software/firmware, structures and personnel that provides a dedicated function serving a Government requirement. To this extent, platforms include, but are not limited to, both manned and unmanned aircraft, wheeled vehicles, watercraft, spacecraft, electronics equipment, shelters, ground support equipment, support structures and the soldier. b. System. A combination of hardware and software/firmware that performs a dedicated function serving a Government requirement. c. Subsystem. Electronic/mechanical/structural hardware, associated components/parts and/or software/firmware that performs an essential function in support of one or more systems. d. Item. A distinct, serviceable and/or replaceable element, part, component, assembly/subassembly, or tool, which performs a critical function within a subsystem, system or platform. The anticipated services/equipment that may be required to meet TOSA's support of global ISR operations include, but is not limited to, the following requirement areas: 1) Perform studies, analyses and experimentation in both laboratory and non-laboratory environments that may address any lifecycle phase. The Contractor will evaluate unproven technology applications and identify potential risks. This may also include pr ototype development and limited deployment of technologies to provide a real world testing environment. 2) Perform studies and analyses that may include logistics/supportability, engineering, financial, and operational. 3) Provide engineering and technical services to support the global ISR mission. Such technical services may include, but are not limited to: Any phase of the full lifecycle of system development; Creating concept definitions and operational concepts for offensive, defensive, intelligence, and information systems; and sensor design, development, deployment, and maintenance. 4) Integrate new equipment and technologies into existing system architectures. The Contractor will apply a systems engineering approach to ensure that mission objectives and system criteria requirements are fulfilled. Emphasis will be on the demonstration of clear and definable improvements in the per formance, logistics supportability, reliability and maintainability of the item. All efforts will employ the latest technology in consonance with economic considerations. Technology solutions and designs will take into consideration the constraints and l imitations of the receiving region, TOSA area of responsibility (AOR), or requiring activity/customer. Commercially available products and processes will be utilized wherever possible. 5) Manufacture, acquire and assemble hardware and software as required to accomplish Task Order objectives. Whenever practical, available Government equipment, supplies, facilities, and resources will be incorporated. Such Government Furnished Equipment /Material will be specified in applicable Task Orders. The rights in any system, hardware, design, process, data, or computer software to be delivered under any specific Task Order will be negotiated prior to award of the Task Order. Failure to negotiate such rights prior to award of the Task Order will constitute an agreement by the Contractor that the system, hardware, design, process, data, or computer software ordered will be delivered with unlimited rights. 6) Install hardware and software/firmware which may involve fabrication of mounts, brackets and/or installation kits. The Contractor will assist the Government in identifying all equipment and utilities required for installation at the installation site, including Government Furnished Equipment (GFE)/Material. The Government, with Contractor assistance, will ensure that the required equipment, utilities, and resources are available at the installation site. 7) Perform alteration or minor construction of real property located inside or outside the United States, its possessions, or Puerto Rico may be required to achieve the primary purpose of this contract. 8) Define and develop test programs, plans, and procedures, conduct testing, and evaluate and document results. Such testing may include, but is not limited to: Hardware and software component testing; Subsystem and system level development testing; Syst em compatibility testing; Acceptance testing; Functional testing; Integration testing; Full qualification testing; Field-testing and evaluation; Environmental tests and stress screening; Electromagnetic interference testing, electromagnetic compatibility t esting; Telecommunications Electronic Material Protected from Emanating Spurious Transmissions (TEMPEST); Flight-testing; Air-worthiness testing; and Safety testing. 9) Logistics support, to include, but not limited to: Operate, repair and maintain platforms, systems, subsystems, facilities and/or items as required; Perform or assist in the performance of Logistics Support Analyses; Provide equipment and supplies in support of mission objectives; Ensure the preservation, packing and marking of shipments in accordance with applicable commercial standards; Create, review and/or develop and submit white papers, technical reports, studies, and logistics support publicatio n including, but not limited to, Integrated Logistics Support Plans (ILSPs), Technical Orders (TOs), Technical Manuals (TMs), Interactive Documents, work specifications, Lubrication Orders, Interactive Electronic Technical Manuals, Repair Parts and Special Tools Lists (RPSTLS). 10) Travel to subcontractor facilities as needed. Support travel from CONUS to OCONUS operating locations for any new personnel assigned to theater to conduct system combat evaluation, to/from theater for any contractor personnel requiring emergency leav e, and travel to support re-deployment of contractor personnel upon system combat evaluation completion. 11) Obtain commercial and/or military certifications/aut horizations for new or modified parts, subsystems, platforms, designs, equipment or installations in accordance with applicable FAA and DoD standards. 12) Technical data management, to include, but not limited to: Developing an approach and define procedures for the acquisition and management of data; and Review, develop and/or submit various types of Product Data, including engineering drawings, speci fications, software configuration documentation, interface control documentation, quality assurance provisions, and/or commercial item descriptions may be required. Furthermore, Product Data may provide, but is not limited to: Complete design disclosure; Form, fit and function requirements; Performance specifications; or a combination thereof. The Contractor will also be responsible for managing the baseline configuration of the platforms, systems, subsystems and items acquired under this contract to incl ude, but not limited to: Collection, review, tracking and archiving of Configuration Control Documents; Development of automated databases to track hierarchical components; Maintenance of Product Data; Support to Configuration Control Boards; and Performan ce of Functional Configuration Audits and Physical Configuration Audits. 13) Identify training requirements develop training programs for platforms, systems, subsystems or critical items as required including, but not limited to: development of training curricula, training manuals and other training documentation or training a ids as required; Electronic training applications such as video teleconferencing and computer-based training; may provide operational, medical, and other types of field training for Government personnel or foreign national personnel in support of specified missions and objectives. 14) Provide acquisition support as required to include, but not limited to: Assistance in developing Statements of Objectives, Statements of Work, Performance Work Statements, Performance Specifications, and associated solicitation documentation; and Tech nical advice and assistance regarding proposal evaluation. 15) Provide professional, Management, Administrative, Analytical and Program Support including support of the execution of programs and objectives and direct support to TOSA and other government agencies. 16) Provide IT and communications network development and deployment that supports the establishment of capabilities worldwide. 17) Perform conveyance purchase, refurbishment, leasing, operation, and support including aircraft, (manned and unmanned), vehicles, and vessels. 18) Provide security services and related services in support of the asymmetric warfare and related missions to include but not limited to intelligence, medical, logistics, canine services, surveillance, counter-surveillance, aerial overwatch, and securit y. This acquisition will not be open to participation by foreign firms at either the prime or subcontract level. The proposed acquisition will include appropriate organizational conflict of interest provisions/clauses as provided for under Federal Acquisition Regulations (FAR) Subpart 9.5 and corresponding supplemental authorities. Point of Contact: E-mail your questions to U.S. Army Space and Missile Defense Command, Deputy Commander, at billy.lemley@smdc.army.mil.
 
Place of Performance
Address: US Army Space and Missile Defense Command, Deputy Commander ATTN SMDC-RDCM-SS, P.O. Box 1500 Huntsville AL
Zip Code: 35807-3801
Country: US
 
Record
SN00956283-W 20051223/051221212606 (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  © 1994-2020, Loren Data Corp.