Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 11, 2006 FBO #1538
SPECIAL NOTICE

99 -- GLOBAL INTELLIGENCE, SURVEILLANCE, AND RECONNAISSANCE (ISR)TECHNICAL OPERATIONS SUPPORT PRE-SOLICITATION INDUSTRY CONFERENCE Solicitation Number: W9113M050018

Notice Date
2/9/2006
 
Notice Type
Special Notice
 
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
USA-SNOTE-060209-007
 
Archive Date
4/10/2006
 
Description
A Pre-Solicitation Industry Conference on the The DoD Army Technical Operations Support Activity (TOSA) Global Intelligence, Surveillance and Reconnaissance (ISR) capabilities and operational support is scheduled for Thursday, February 23, 2006. Con ference will be from 8:00 a.m. to 12:00 p.m. The Conference will take place in rooms Salon A  D, the Washington Dulles Airport Marriott, 45020 Aviation Drive, Dulles, Virginia 20166. Directions to the conference will be posted on website http://www.smdc .army.mil/Contracts/Contracts.html. This conference will address technical requirements, contractual and business-related issues, as well as updates to the general acquisition strategy and the current acquisition schedule. In order to promote an informat ive and successful conference, attendance is by registration - only those with a confirmed registration by this office will be permitted to attend. Registration is limited to no more than two (2) representatives per company and there is a limit of 100 att endees for this conference. Provide the following written information to Billy Lemley, billy.lemley@smdc.army.mil not later than February 16, 2006: (1) name, title/position, email address, company, and phone number of each person who plans to attend the c onference and (2) any questions/issues you would like to have addressed at the conference. Note that all questions and answers will be posted to http://www.smdc.army.mil/Contracts/Contracts.html and that the Government is not liable for any expenses incur red by an attendee or eventual offeror in order to attend this conference. Small Businesses should note the FAR 19 North American Industry Classification System (NAICS) Code and size standard is 541710/1000 employees. This conference and resulting acquis ition are not open to participation by foreign firms at either the prime or subcontract level. Contract awardees will be expected to provide the necessary goods and services required by the TOSA to support its Global ISR technical operations mission area, to include, but not limited to: counter-terrorism, counter-narcoterrorism, nation-building, hom eland defense, homeland security, and critical infrastructure protection activities undertaken by the U.S. Government, coalition partners, and host nations. The effort to be performed under this requirement is inclusive of all the following task areas and PROSPECTIVE OFFERORS MUST HAVE THE CAPABILITY TO PERFORM ALL AREAS OF THE SCOPE OF WORK (SOW). 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 prot otype 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: Any phase of the full lifecycle of system development; creating concept definitions and operational concepts for offensive, defensive, int elligence, 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 performance, 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 limitations of the receiving region, TOSA area of responsibility (AOR), or requiring activity/customer. Comm ercially 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/Ma terial 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, i ncluding 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: Hardware and software component testing, Subsystem and system level development testing, System 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 testing, Telecommunication s, Electronic Material Protected from Emanating Spurious Transmissions (TEMPEST), Flight-testing, Air-worthiness testing, and Safety testing. 9) Logistics support: 9a) Operate, repair and maintain platforms, systems, subsystems, facilities and/or items as required; 9b) Perform or assist in the performance of Logistics Support Analyses; 9c) Provide equipment and supplies in support of mission obj ectives; 9d) Ensure the preservation, packing and marking of shipments in accordance with applicable commercial standards; and 9e) Create, review and/or develop and submit white papers, technical reports, studies, and logistics support publication includin g: 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 leave, and travel to support re-deployment of contractor personnel upon system combat evaluation completion. 11) Obtain commercial and/or military certifications/authorizations for new or modified parts, subsystems, platforms, designs, equipment or installations in accordance with applicable FAA and DoD standards 12) Technical data management: 12a) Develop an approach and define procedures for the acquisition and management of data. Review, develop and/or submit various types of Product Data, including engineering drawings, specifications, software configuration do cumentation, interface control documentation, quality assurance provisions, and/or commercial item descriptions may be required. Furthermore, Product Data may provide: Complete design disclosure; Form, fit and function requirements; Performance specificati ons; or a combination thereof; and 12b) Manage the baseline configuration of the platforms, systems, subsystems and items acquired under this contract to include: Collection, review, tracking and archiving of Configuration Control Documents; Development of automated databases to track hiera rchical components; Maintenance of Product Data; Support to Configuration Control Boards; and Performance 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: development of training curricula, training manuals and other training documentation or training aids as required; Elec tronic 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 objecti ves. 14) Provide acquisition support as required to include: Assistance in developing Statements of Objectives, Statements of Work, Performance Work Statements, Performance Specifications, and associated solicitation documentation; and Technical advice and assi stance 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 support 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 security The Government intends to award up to six (6) Indefinite Delivery/Indefinite Quantity (IDIQ) contracts (2 awards for small business and 4 full and open competition awards). The Government does not intend to limit either the number or types of teaming arra ngements 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). The issued solicitation will contain an appropriate OCI provis ion, which may limit the ability of a contractor to submit an offer. The resultant contract will contain an organizational conflict of interest (OCI) clause that could limit an offeror from participating in any other TOSA contracts.
 
Web Link
SMDC Home Page
(http://www.smdc.army.mil/Contracts/Contracts.html)
 
Record
SN00984712-W 20060211/060209212747 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.