Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 26, 2007 FBO #2130
SOURCES SOUGHT

L -- GENESIS Logistics, Engineering and Facilities Support Contract Systems Engineering, Integration, and Fielding

Notice Date
9/24/2007
 
Notice Type
Sources Sought
 
NAICS
541330 — Engineering Services
 
Contracting Office
HQ USAINSCOM, Directorate of Contracting, ATTN: IAPC-DOC, 8825 Beulah Street, Fort Belvoir, VA 22060-5246
 
ZIP Code
22060-5246
 
Solicitation Number
W911W4GENESIS-SYSTEMS-INTEGRATION-FIELDING
 
Response Due
10/8/2007
 
Archive Date
12/7/2007
 
Point of Contact
Frank Villamizar, 703-428-4552
 
Small Business Set-Aside
N/A
 
Description
SOURCES SOUGHT SYNOPSIS / REQUEST FOR INFORMATION GENESIS Logistics, Engineering and Facilities Support Contract (Systems Engineering, Integration, and Fielding) Fort Belvoir, VA 24 September 2007 This announcement constitutes a Sources Sought Synopsis/Request for Information for the US Army Intelligence and Security Command (INSCOM) GENESIS logistics, engineering and facilities support contract. 1. Purpose. The US Army Intelligence and Security Command is planning to conduct market research of industry to identify potential contractors for the GENESIS logistics, engineering and facilities support contract. The Request for Information (RFI) incl uded within this synopsis allows interested industry and other parties the opportunity to provide comments which will assist INSCOM in the development of the GENESIS contract. The Government is neither negotiating nor calling for offers at this time. Thi s announcement seeks an expression of interest only and does not commit the Government to pay for any response preparation cost. The government will not make an award on the basis of this sources sought synopsis. Copies of information submitted by intere sted parties will be reproduced and submitted to the GENESIS Integrated Solutions Team (IST) for review and will be used to develop the acquisition strategy and draft Request for Proposal (RFP). 2. Background. a. The GENESIS program provides comprehensive engineering and logistics mission support for complex, unique, ground and air-based electronic intelligence, surveillance, and reconnaissance (ISR) collection, production, dissemination, and communications sys tems classified at levels up to TS/SCI. A draft Statement of Objective (SOO) is available on FedTeDS online at https://www.fedteds.gov/. Performance locations are worldwide and include hostile areas. The program includes, but is not limited to, support for ancillary and infrastructure systems and subsystems. The ISR systems include Signals Intelligence (SIGINT), Imagery Intelligence (IMINT), Electronic Intelligence (ELINT), Human Intelligence (HUMINT), Measurement and Signature Intelligence (MASINT), an d Open-Source Intelligence (OSINT) systems. The GENESIS program ensures that electronic systems, security systems, Quick Reaction Capability (QRC) systems, and prototype intelligence hardware/software suites and facilities are developed, deployed, repaire d and maintained at the highest state of readiness consistent with commercial standards and/or Army directives. The primary functional areas include Life Cycle Support (LCS) of intelligence systems and facilities (to include network administration as well as hardware and software support); intelligence system engineering, integration, and fielding support; facility engineering and maintenance support to ISR facilities. In addition, the contractor must provide comprehensive logistics and transportation/shi pping support to INSCOM missions worldwide and training for system operators and military unit level maintainers. Required services are generally limited to a normal week day, but will include limited 24/7 support at designated locations and as required d uring QRC deployments, training, war game exercises, and mission surges. Personnel performing this work must possess TS/SCI clearances and, in some positions, single scope polygraphs. Contractor is expected to retain and operate a leased SCIF for GENESIS utilization within the Fort Belvoir, VA commuting area. The contract will be a base-year plus four one-year options. The estimated contract value is $400 million for a five-year period. b. The development, implementation, and sustainment of a contract vehicle such as GENESIS III is critical to maintaining INSCOM as a world class provider of intelligence to the Army and national level consumers. c. The US Army Intelligence and Security Command, Fort Belvoir, VA plans to award a single, performance-based, indefinite delivery/indefinite quantity (IDIQ) contract for this effort. This contract is a follow-on contract. The CACI Corporation is the incumbent contractor for GENESIS. 3. Objectives. a. INSCOM desires to obtain technology development initiatives and urgent hardware fabrication associated with achieving information dominance. These efforts include engineering, research and development, fabrication, integration, prototyping, material f ielding and training to meet urgent, time-critical requirements. Maintenance and repair of equipment, program analysis, prototype design, testing efforts and prototype equipment and/or systems to satisfy urgent warfighter needs are also required. b. These efforts may encompass a system model, a test bed, a prototype, and/or modification of existing equipment. This capability will be required in order for INSCOM to evaluate proposed configurations, test design improvements and determine feasibilit y of modifications to current equipment to respond to urgent quick reaction requirements. These modifications may require development of software or firmware or modifications to existing software or firmware, debugging and integrating prototype hardware/s oftware to existing systems, developing documentation, and fabricating and integrating the system as specified in individual task orders. 4. Information for interested parties. a. A Pre-solicitation Conference/Industry Day was conducted July 24, 2007. Please check the web site https://acquisition.army.mil/asfi/ for information regarding this event. b. Results of market research will provide information to determine if single award to small business will meet command objectives. c. NAICS codes is 541330 is applicable to this procurement. 5. Market Survey / RFI Questions. Potential offerors are requested to send their response to GenesisRecompete@mi.army.mil. Responses are requested no later than close of business on October 8, 2007. No phone or FAX requests will be accepted.
 
Place of Performance
Address: HQ USAINSCOM, Directorate of Contracting ATTN: IAPC-DOC, 8825 Beulah Street Fort Belvoir VA
Zip Code: 22060-5246
Country: US
 
Record
SN01419285-W 20070926/070924224838 (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.