Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 03, 2009 FBO #2715
SOURCES SOUGHT

99 -- 99-DRAFT-REQUEST FOR INFORMATION for the Multi-sensor Aerial, Intelligence, Surveillance, Reconnaissance (MAISR), Operation and Support Services

Notice Date
5/1/2009
 
Notice Type
Sources Sought
 
NAICS
561990 — All Other Support Services
 
Contracting Office
Department of the Army, U. S. Army Materiel Command, US Army C-E LCMC Acquisition Center - DAAB07, US Army C-E LCMC Acquisition Center - DAAB07, ATTN: AMSEL-AC, Building 1208, Fort Monmouth, NJ 07703-5008
 
ZIP Code
07703-5008
 
Solicitation Number
W15P7T-MAISR
 
Response Due
5/29/2009
 
Archive Date
7/28/2009
 
Point of Contact
Catherine Connolly, 732-427-2315<br />
 
Small Business Set-Aside
N/A
 
Description
This Request for Information (RFI) is for planning purposes only and shall not be considered as an invitation for bid, request for quotation, request for proposal, or as an obligation on the part of the Government to acquire any products or services. Your response to this RFI will be treated as information only. No entitlement to payment of direct or indirect costs or charges by the Government will arise as a result of contractor submission of responses to this announcement or the Government use of such information. This request does not constitute a solicitation for proposals or the authority to enter into negotiations to award a contract. No funds have been authorized, appropriated, or received for this effort. The information provided may be used by the Army in developing its acquisition strategy and statement of work/statement of objectives and performance specifications. Interested parties are responsible for adequately marking proprietary or competition sensitive information contained in their response. The Government does not intend to award a contract on the basis of this request for information or to otherwise pay for the information submitted in response to this RFI. Product Director, Task Force Observe, Detect, Identify and Neutralize (TF ODIN) is seeking information from potential sources concerning their ability to support a new initiative for the operation and sustainment (O&S) of all TF ODIN aerial platforms. This initiative is referred to as the Multi Sensor Aerial Intelligence Surveillance Reconnaissance (MAISR) O&S program. Notionally, this initiative will provide for a best value competition leading to the award of multiple IDIQ type contracts with performance periods of five years and a total ceiling value of approximately $2.6 Billion. It is envisioned that a single solicitation will address all MAISR O&S needs and will permit offerors the option of submitting proposals for any, all, or part of the aerial platforms under TF ODINs cognizance. TF ODIN is presently managing O&S for a diverse fleet of aerial platforms comprised of a combination of Government Owned-Contractor Operated, Government Owned-Government Operated and Contractor Owned-Contractor Operated systems. The fleet includes: Multi-sensor Airborne Reconnaissance and Surveillance System (MARSS), Airborne Reconnaissance Multi-sensor Systems (ARMS), Constant Hawk, Highlighter, and the Aerial Reconnaissance Support Team (ARST). The current strategy is to solicit competitive proposals in support of TF ODIN aerial based ISR suites of sensor hardware and software. The fleet provides real-time imagery and analysis for the Warfighter on the ground in support of the Counter-Improvised Explosive Device and other theater based missions. It is anticipated that performance will be CONUS and in multiple OCONUS locations. Primary tasks to be included under any resultant contract(s) include: all levels of operation, logistics, and maintaining a system operational availability rate of 90% for all aerial assets including aircraft airframes, aircraft sub-systems, prime mission equipment, secondary processing equipment, test, diagnostic and measuring equipment, and ground support equipment. Additionally, the scope of work will be broad enough to capture engineering efforts in support of reliability and sustainment improvements and logistics support for depot level and direct field maintenance. Also included will be tasks such as system upgrades/modifications/replacements, technology refreshment, parts obsolescence, engineering design changes and reconfiguration, training, collection/analysis, data reduction services, and establishing a system integration laboratory for assessing best of breed solutions for near real time fixes to ISR challenges identified by theater. Interested parties please note that the MAISR O&S initiative has a DSS classification level designated Top Secret/ Special Compartmented Information Facility (SCIF) and will require participants to have appropriate facility clearance and safeguarding approvals in place. Responses to this Market Research should be sent via e-mail to Ms. Katrise Tobias at Katrise.N.Tobias@us.army.mil no later than 1700 hours DST on 29 May 2009. Technical questions may be sent via email to Ms. Tobias. All material submitted in response to this RFI must be unclassified. Any proprietary information must be clearly marked as such. Interested parties possessing the capacity to satisfy the requirements outlined above are requested to provide a White Paper describing the approach to meet, manage and successfully provide O&S support described above and should address the following: 1. Corporate capabilities, past and current relevant performance information, available facilities and assets, both CONUS and OCONUS. 2. Technical and management approach for executing a program to include a detailed assessment of the challenges associated with achieving 90% operational availability for platforms that may not have validated technical documentation including Interface Control Documents 3. Outline of supply chain considerations with emphasis on any known long lead items, critical subcontractor and vendor production capacity and foreign manufactured items that may adversely impact operational availability 4. A cost estimate (rough order of magnitude basis) to include pricing to achieve the objectives set forth above. Specify whether the pricing is contingent on the government providing equipment, property, or facilities in support of the outlined approach. 5. A supporting program schedule that represents a low risk approach to meeting the objectives outlined above. 6. An assessment of the associated risks for this program and respective risk mitigation approaches. 7. Identify any proprietary data applicable to the systems (particularly external interfaces) and whether the Government would be provided unrestricted rights to technical data or computer software. 8. Predicted or actual reliability of the systems and the methodology used to determine the reliability. Evidence of how well reliability was maintained and past performance data to support how the performance was measured. 9. Include cage code, DUNs number, and size and status as listed in the Central Contractor Registration (CCR). 10. Name, telephone number, fax number, street address and e-mail address for Program, Technical and Cost points of contact information. Commencing in early 3Q09, the Government may afford Industry an opportunity to discuss the contents of their White Papers during an industry one-on-one session where it is envisioned the parties will engage in an active information exchange dialogue to aid in the Government's feasibility assessment. It is anticipated that any such sessions would not exceed 4 hours and will take place at Fort Monmouth, NJ. Over the course of the next several months the government intends to finalize its plans with regard to this initiative. Industry will be informed of key events and project updates through publications in the FEDBIZOPS and postings on CECOM Interactive Business Opportunities page. CECOM has established the Interactive Business Opportunity Page (IBOP) website to allow electronic transmittals of data from CECOM to industry. All parties interested in doing business with C-E LCMC are invited to access, operate, send and receive information on the IBOP at https://abop.monmouth.army.mil. Upon accessing this web page, click on the drop-down located under Army PreAward and select appropriate organization and click GO and follow the directions to gain access to potential business opportunities. Please be advised that hard copies of documents will not be made available; you must download them from the IBOP. You may access potential business opportunities by simply typing GUEST for the log-on ID and password. Registration for a user ID and password will only be necessary when you are considering the submission of proposals through the IBOP. Please contact the IBOP Help Desk, at (732) 532-1840 or (732) 532-5246 for any technical assistance.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=8f18bf25598f6ab3a2ca7c947a42ddf1&tab=core&_cview=1)
 
Place of Performance
Address: PM Aerial Common Sensor - Task Force ODIN SFAE-IEWS- ACS - Building 800 - Lane Ave Fort Monmouth NJ<br />
Zip Code: 07703-5303<br />
 
Record
SN01807559-W 20090503/090501222728-8f18bf25598f6ab3a2ca7c947a42ddf1 (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.