Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 11, 2007 FBO #1962
SOURCES SOUGHT

D -- RFI for MARSS

Notice Date
4/9/2007
 
Notice Type
Sources Sought
 
Contracting Office
NBC - GovWorks 381 Elden Street, Suite 4000 Herndon VA 20170
 
ZIP Code
20170
 
Solicitation Number
0407SS67747
 
Response Due
4/20/2007
 
Archive Date
4/8/2008
 
Small Business Set-Aside
N/A
 
Description
1.0 SUBJECT/GENERAL INFORMATION The NBC-GovWorks procurement office, on behalf of the US Army Medium Altitude Reconnaissance and Surveillance System (MARSS) Program Office, is seeking information from potential sources to support the possible solicitation and award of a competitive multi-year engineering, integration, flight operations and Contractor Logistics Support (CLS) services contract. The US Army is evaluating the potential for a contractor partner to operate a Government Owned, Contractor Operated (GOCO) manned aerial Reconnaissance, Intelligence, Surveillance, and Target Acquisition (RISTA) system deploying to worldwide locations in support of the war on terrorism. This contract will encompass all tasks associated with the development of new systems, sustainment and modernization of existing systems, flight and ground operations, and total system life cycle management. The contractor must clearly demonstrate the capability to provide the technical expertise and manufacturing capacity required to develop, produce, and sustain this system; and the personnel with the appropriate technical and operational expertise to conduct flight operations and execute the RISTA mission in a Joint military operational environment. Please note: This research is for the purpose of obtaining information only. No contract award or funding of any kind will occur as a result of this market research. Responders are solely responsible for all expenses associated with responding to this RFI. No submission of data at this time will impact any firms participation in the future competition of a competitive contract if such an action is assessed as possible by the Government through its review of information obtained through this market research. 2.0 DESCRIPTION/REQUIREMENTS Specific project requirements include, but are not limited to: 1) Maintenance and logistics capability to provide a ninety percent operational availability rate of the aircraft and aircraft subsystems, to include Aircraft Survivability Equipment, based on OEM inspection and maintenance programs in accordance with Federal Aviation Administration rules and regulations. Aircraft are non-standard Army and do not have standard cockpits and equipment for similar Army airplanes. Each airplane has a unique avionics package. The anticipated operational tempo for this system is up to 240 hours per month per aircraft when deployed. The operational aircraft is GFP. However, there may be a requirement to lease a capable aircraft to support flight testing of sensors integrated on the aircraft. 2) Maintenance and logistics capability to maintain a ninety percent operational availability rate of the Primary Mission Equipment (PME) hardware and software. The PME is a software controlled, integrated array of electronic sensors, antennae, data links, data recording, navigation, voice and data communications and data links, managed through the use of onboard manned workstations. It can be operated up to the TS SCI level. Current Prime Mission Payload consists of: WESCAM MX-15D WESCAM MX-20 PeARL Camera Claw Workstations Mission Workstations Various COMINT systems Blue Force Tracker Various Radios including but not limited to: PRC-117 PSC-5 ARC-231 ARC-210 S-band C-band Ku-band 3) Technical and operational expertise to determine, develop, and implement system improvements to maintain operational relevance and long term sustainability. Improvements include the integration of other intelligence discipline sensors and capabilities, e.g., Signals Intelligence, Measurement and Signature Intelligence, and Imagery Intelligence. 4) Qualified and current pilots, RISTA system operators, and analysts to support operations for the current fleet of DHC-7s and C12Cs/Ds and the ability to provide personnel for sudden increases in operational requirements and future systems in near time. 5) Support and conduct operations in designated Hazardous Areas. 6) Support operations in accordance with Host Nation, Combatant Command, and Joint military service rules as stated in a Government Flight Representative approved Contractor's Ground and Flight Operations Procedures as required under Army Regulation 95-20. Contractors with well established RISTA expertise, at the TS SCI level, in the operation, training, maintenance, and supply support areas are invited to submit information regarding company capabilities, past performance, and factors relating to the operation and sustainment of like systems. Currently a full up technical data package is not available, therefore any technical questions should be directed to the Program Management Office. 3.0 DISCLAIMER This RFI is issued solely for information and planning purposes only and does not constitute a solicitation. All information received in response to this RFI that is marked Proprietary will be handled accordingly. Responses to the RFI will not be returned. In accordance with FAR 15.201(e), responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. Responders are solely responsible for all expenses associated with responding to this RFI. 4.0 RESPONSE FORMAT Following is a suggested outline and suggested page counts for a response to this RFI. This outline is intended to minimize the effort of the respondent and structure the responses for ease of analysis by the government. Nevertheless, respondents are free to develop their response as they see fit in addressing the above requirements. The Government requests that your firm select and describe contract actions you are now successfully performing or have completed within the last two years that represent the technical, operational, and management capabilities applicable to this effort. Your responses to the subject areas below by letter designation are requested to assist us in assessing the depth and range of contract firms with the interest, requisite skills and past performance to meet the requirements. A. Contractor Identification Data from your current DD-254 (TS/SCI Requirement Confirmation), to include: 1. Contractor (Name, Address, Zip Code) 2. CAGE Code 3. Cognizant Security Office (Name, Address, Zip Code) 4. Facility Clearance Required 5. Contract Number 6. Date 7. Sensitive Compartmented Information required, yes or no? B. Provide a short Executive Summary of your company prime area of business (No more than two pages at 12 pitch font for each contract). C. Describe the following for any similar contract efforts being performed: 1) Its complexity, challenges and processes which compare to your understanding of the MARSS total contractor operated/maintained effort. 2) The level of maintenance and sustainment being performed for the system. 3) Indicate your scope of expertise, explain your processes and relate these to the MARSS system and the technical challenges of maintaining a system consisting of Mil-Spec and COTS items in an integrated, software driven, network of divergent technologies of the type described. Start each description with the contract number and the government Contracting Officer's name, e-mail address and phone number. (No more than two pages at 12 pitch font for each contract). D. Explain your company process and technical approach for the performance of formalized training for new personnel. This must include flight crews, intelligence operators and analysts, and maintenance personnel. (No more than two pages at 12 pitch font). E. Provide a brief summary of evidence you feel would indicate your capability to mobilize, manage, and finance a large service contract such as this. F. Indicate if your company primarily does business in the commercial or Government sector. G. Provide the name, position, address and phone number of your firm's central point of contact for the submitted information so we may contact you if clarification of your firm's capabilities is warranted. H. Each submission shall not exceed 15 pages total. 5.0 POINTS OF CONTACT Please submit responses via unclassified email to the GovWorks Procurement POC: Lydia Nunez (Lydia.Nunez@mms.gov) and a carbon copy ("cc") furnish to the MARSS Program Office POC, Mary Laing (Mary.Laing@us.army.mil) no later than COB on 20 April 2007.
 
Web Link
Please click here to view more details.
(http://ideasec.nbc.gov/j2ee/announcementdetail.jsp?serverId=NB1401GW&objId=355088)
 
Record
SN01269497-W 20070411/070409221757 (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.