Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 07, 2009 FBO #2719
SOLICITATION NOTICE

59 -- Requests for Information for Base Expeditionary Targeting and Surveillance Systems Combined (BETSS-C) Spare Parts Performance-Based Initiative

Notice Date
5/5/2009
 
Notice Type
Presolicitation
 
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
MARKET-SURVEY-4537-1
 
Response Due
6/26/2009 11:59:00 PM
 
Archive Date
8/25/2009
 
Point of Contact
Andreas Deverikos, 732-532-5071<br />
 
Small Business Set-Aside
N/A
 
Description
FOR TECHNICAL QUESTIONS PLEASE CONTACT Ivy M. Scott at Ivy m. scottfouche@us.army.mil with a copy to Felicia.D.Johnson1@us.army.mil DESC REQUEST FOR INFORMATION: This announcement constitutes an official Requests For Information (RFI). This is a request for information only, as defined in FAR 15.201(e). The intent is to identify market interest and solicit recommendations for a performance-based acquisition strategy that focuses on supply-chain management in support of the BETSS-C spare parts. A future solicitation/contract would provide performance-based driven support and management services for CECOM managed BETSS-C spare parts located worldwide. This is not a Requests For Proposals (RFP), or an Invitations For Bids (IFB), nor is it to be construed as a commitment by the government. Responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. An Industry Day will be announced at a later date for those interested parties seeking additional information. Questions from interested parties, to be answered during Industry Day, must be submitted no later than 20 calendar days after release of this RFI. BACKGROUND: RDISS Description: RDISS is a fixed surveillance system that can be quickly installed with minimal training and provide the warfighter situational awareness in those activities immediately outside protective barriers. RDISS consist of two Pan-Tilt-Zoom cameras with IR illumination capability and eight fixed cameras monitored from a dual-processor workstation. Fixed cameras have IR sensitivity for high-quality images at night and video capability of 45 frames per second at 640 X 480 resolution. The PTZ camera provides 18x optical zoom, continuous auto zoom, 60m active IR illuminator and 360-degree continuous rotation. The workstation supports 24-hour continuous recording with video files that can be saved and stored for later analysis. A single Soldier can monitor 10 or more cameras at one location. FPS Description: The system includes PTZ cameras, the EOSS 250TC integrated thermal imaging system, an AN/PPS-5C Man-Portable Surveillance and Target Acquisition Radar (MSTAR), and Battlefield Anti-Intrusion System (BAIS) Unattended Ground Sensors UGS to detect enemy activity. All of these sensors are connected to the Tactical Automated Security System for command and control. However, spare parts for MSTAR and BAIS will not be covered under this RFI. Cerberus Description: Cerberus consists of a trailer-mounted tower with multiple detection and assessment systems, all self-contained on a single mobile platform. Cerberus uses three detection sensorsground surveillance radar (GSR), video motion detection on staring cameras, and optional UGS. Cerberus has two system configurations (standard- and long-range) to provide the Warfighter the flexibility to adjust to a variety of terrains, threats, and missions. Multiple towers can be netted for control and annunciation to a Common Operating Picture (COP). Networking multiple towers allows an operator to observe the entire perimeter through an easily understood display. The alarm and assessment data are presented automatically on the display through data overlays and pop-up windows. Regardless of system configuration, all variants are integrated onto a MIL-STD Generator Trailer that is HMMWV towable and sling-load-certified. Each self-contained system uses MIL-STD HMMWV battery power and an on-board MIL-STD 3.0 KW diesel generator (or commercial line power) to automatically recharge the batteries. OBJECTIVE: Currently, all spare parts of the above systems will be included in this RFI (Bill of Materials will be provided upon request). All spare parts are consumable items and are currently maintained by Forward Support Representatives (FSR) in theater. The intent of the RFI is to provide a forum to identify opportunities to provide a performance-based approach for the acquisition of these spare parts. An approach that focuses on supply-chain management, requisition wait time, sustainment readiness; and sustainment costs without adding a strain to the Warfighter. The strategy must also provide visibility to the CECOM Life Cycle Management Command (CECOM LCMC). Management of suppliers and spare parts within the BETSS-C supply-chain (including forecasting, stock, store, issue and transportation) will be addressed. Disclaimer: This Market Research and RFI is for planning purposes only, and shall not be considered a RFP or IFB; an obligation from the U.S. Government (USG) to acquire any products or services; or an authorization to incur any cost in anticipation of such authorization. This office does not intend to award a contract on the basis of this RFI or reimburse respondents for information solicited. This information is subject to change and in no way binds this office to pursue any course of action described herein. If this office chooses to issue a RFP at a future date, another notice will be published. Partnerships are acceptable and encouraged as long as a single point of accountability for supply-chain management is identified. If the proposed acquisition strategy utilizes or partners with organic entities such as Army Depots or the Defense Logistics Agency (DLA) as a source of supply, then an explanation is required on how these organizations will be used. The proposed acquisition strategy may consider, but it is not required, the use of FAR 51.000 for the use of DLA as a source of supply. RESPONSES: Response will be a 3 step process. The first step is to inform the Government in writing (see SUBMISSION INFORMATION below), within 20 calendar days after the RFI release date, of interest in this performance-based effort and submission of written questions to be answered at Industry day. The second step will be participation in the question and answer session at the Industry Day. The final step is the submission of a written response to this RFI no later than 20 calendar days after Industry day. Submission shall be limited to 25 one-sided pages. Submission shall be capable of being printed on 8.5 x 11 inch paper with one inch margin (top, bottom, left and right) and a 12 point Arial or Times New Roman font. Line spacing shall be set at no less than single space. Tables, drawings and header/footer information shall be 10 point Arial font or larger. For tables and drawings, landscape orientation is permitted. Microsoft Office Professional 2000 and PowerPoint 2000 or later shall be used to create the files. All graphics shall be compatible with MS PowerPoint 2000. If any of the material provided contains proprietary information, please mark and identify disposition instructions (submitted data will not be returned). Responses should include, but are not limited to the following: (A)Company History: A one page history to include previous major products and primary customer base. Additionally, RFI responders should provide examples of past experience that would warrant the Governments consideration of the company as a prospective contractor for supply support, field support, and other services including handling of the classified information up to SECRET. (B)Acquisition Strategy: Propose an acquisition strategy explaining how the spare parts supply chain would be managed. The strategy should include, but is not limited to, forecasting methods (including ramp-up and draw-down in response to surge requirements), locations to stock, store, issue parts, potential partnerships (commercial and government), and transportation methods (for CONUS and OCONUS). Also, include any foreseen constraints and/or issues that may arise with a performance-based acquisition strategy. (C)Metrics: Propose methods to create and maintain a metrics database for monitoring the performance of the contract. Discuss how metrics can be used to promote an incentive based contract award and propose a reporting method that ensures transparency and accountability. (D)Supply Chain Management Knowledge and Experience: Express any knowledge of the identified BETSS-C systems that would demonstrate a technical/logistics capability to support the supply-chain management of the spare parts. Demonstrate extensive experience and successful track record in sustainment and supply chain management services both for individual systems and within a systems of systems or family of systems framework such as BETSS-C. Also, demonstrate experience and knowledge with providing supply chain services with a quantity of varying individual components or products comparable to BETSS-C (reference BETSS-C Bill of Materials). (E)Interoperability: Propose a method that ensures the interoperability of provided spares covered under this RFI with the original and change management strategies necessitated by possible modifications in future configurations. Focus on the maintaining system reliability and compatibility and demonstrated knowledge and experience in configuration control, specifically in regard to sparing and supply chain management. (F)Cost: Vendor should provide a Rough Order of Magnitude (ROM) Cost of its recommended performance-based acquisition strategy. SUBMISSION INFORMATION: RFI responses shall be submitted no later than 20 calendar days after Industry day to US Army CECOM LCMC, IEW&S Directorate, Attention: Ivy M. Scott, AMSEL-LC-IEW-R-SN, Fort Monmouth, NJ 07703. Also submit via electronic mail to Ivy m. scottfouche@us.army.mil with a copy to Felicia.D.Johnson1@us.army.mil. ADDITIONAL INFORMATION: There is no commitment by the Government to issue a solicitation, make an award or awards, or to be responsible for any monies expended by an industry response to this RFI. If a solicitation is released, it will be synopsized in the Federal Business Opportunities website located at http://www.fbo.gov/. All information received in response to this RFI that is marked Propriety will be handled accordingly. Responses to the RFI will not be returned. EMAIL ADDRESS Ivy m.scottfouche@us.army.mil
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=281df7ef7a0ce5741674bbab7aedbc63&tab=core&_cview=1)
 
Place of Performance
Address: US Army C-E LCMC Acquisition Center - DAAB07 ATTN: AMSEL-AC, Building 1208 Fort Monmouth NJ<br />
Zip Code: 07703-5008<br />
 
Record
SN01809346-W 20090507/090505221334-281df7ef7a0ce5741674bbab7aedbc63 (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.