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, SENSORS

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-SENSORS
 
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 (Sensors) 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 effo rt. This contract is a follow-on contract. The CACI Corporation is the incumbent contractor for GENESIS. 3. Objectives. a. INSCOM wishes to manage a single prime contractor responsible for maintenance for aviation-based Military Intelligence (MI) systems under the GENESIS contract. The initial step in this process is the transition of the Airborne Reconnaissance Low (ARL) Sensor logistics and maintenance requirements into the follow-on GENESIS III contract. The ARL system is an airborne day/night reconnaissance and surveillance system that employs a suite of sensors to perform reconnaissance functions against a variety of targets. The systems are intended to detect, locate, and recognize threats likely to be encountered in support of foreign counter intelligence operations, low intensity conflict areas, and counter-insurgency operations. The contractor will provide logis tics, maintenance and overall management support to include prime mission equipment (PME), associated ground mission equipment and training systems for all assigned ARL systems in worldwide locations in both long and short-term deployed locations in additi on to CONUS and OCONUS base locations. These operations will require the contractor to work cooperatively with the airframe maintainer who is contracted by AMCOM and contractors for the Program Manager who install fleet upgrades. 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
SN01419286-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.