Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 19, 2010 FBO #3037
SOURCES SOUGHT

10 -- Base Expeditionary Targeting and Surveillance Systems Combined (BETSS-C) Cerberus Surveillance System

Notice Date
3/17/2010
 
Notice Type
Sources Sought
 
NAICS
334511 — Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
 
Contracting Office
US Army Space and Missile Defense Command, Deputy Commander, ATTN SMDC-CM-AP, P.O. Box 1500, Huntsville, AL 35807-3801
 
ZIP Code
35807-3801
 
Solicitation Number
W9113M-CERB-RFI
 
Response Due
4/7/2010
 
Archive Date
6/6/2010
 
Point of Contact
Diana McCown, 256-955-0099
 
E-Mail Address
US Army Space and Missile Defense Command, Deputy Commander
(diana.mccown@smdc.army.mil)
 
Small Business Set-Aside
N/A
 
Description
This announcement constitutes an official Request For Information (RFI). This is a request for information only, as defined in FAR 15.201(e). The purpose of this synopsis is to gain knowledge of interest, capabilities, and qualifications of vendors for a production and acquisition entitled BETSS-C Cerberus Surveillance System. Request only vendors respond that would be capable as a prime contractor. The type of solicitation (to include the requirements included under the solicitation) that will be issued will depend upon the responses to this RFI and other information available to the Government. The resultant acquisition approach must ensure there is adequate competition among the potential pool of responsive contractors. The intent is to identify market interest and solicit recommendations. The Government requires capability to rapidly produce Cerberus systems for expedited delivery and fielding with a validated minimum requirement. This is not a Request For Proposal (RFP) or an Invitation For Bid (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 (see FAR 15.201(e). 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 to acquire any products or services; or an authorization to incur any cost in anticipation of such authorization. The Government does not intend to reimburse respondents for information solicited. The information provided herein is subject to change and in no way binds the Government to pursue any course of action described herein. BACKGROUND: Cerberus provides the U.S. warfighter the flexibility to adjust to a variety of terrains, threats, and missions. The current Cerberus baseline configuration consists of the following: a.Trailer-mounted tower with multiple detection and assessment systems and a monitoring station, self-contained on a single mobile platform. b.Laptop for the Command Post (CP) allows wireless remote monitoring and control of the tower; the tower can also be hardwired to the CP for more reliable communications. c.Day camera, and a thermal camera mounted on a Pan/Tilt platform are used for assessment. Cameras mounted on the radar head and Laser Range Finder provides supplemental visual data. d.Optional networked unattended ground sensors can be included to provide further flexibility. A Cerberus tower provides detection for vehicle movement and for personnel (range can vary based on terrain, clutter and target size). Cerberus is integrated onto a HMMWV-towable trailer and sling-load-certified. Each self-contained system runs on batteries which are recharged by an on-board 3 KW diesel generator, or commercial line power. Cerberus uses a long range thermal camera to provide enhanced long-range performance and night detection. The system also integrates a day camera, a laser range finder (LRF) and Global Positioning System (GPS) for deriving the grid coordinates of a target and an IR Pointer for illuminating targets for a Quick Reaction Force (QRF). Cerberus may be operated remotely. 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. Typical setup time for all systems is under 30 minutes (using two personnel). OBJECTIVE: Currently, the Cerberus Surveillance System has been developed, produced and fielded in support of ongoing combat operations. The intent of the RFI is to identify sources capable of rapidly producing additional units to address increasing requirements. Upon award of any resulting contract, the contractor must thoroughly demonstrate capability to produce and support fielding of additional units to provide an urgent and quick response capability to the U.S. warfighter. For purposes of market research, the Government is seeking to understand the capability and capacity of all interested firms. If the Government were to set this acquisition aside for small business (either as a 100% set-aside or a partial set-aside), responsive small business concerns will be required to comply with Federal Acquisition Regulation 52.219-14, Limitations on Subcontracting and 13 CFR 125.6 (known as the 50% rule). In general, rules concerning affiliation and joint ventures are located at FAR 19.101, 13 CFR 121.103, 13 CFR 124.513 and 13 CFR 125.6. Under the 50% rule where the preponderance of support is for services, at least 50% of the cost of contractor performance incurred for personnel shall be expended for employees of the small business prime. The prime contractor must meet this requirement (1) individually, or (2) together with other small business members of a formal joint venture, or (3) together with a small number of small business subcontractors forming an informal joint venture, in which those subcontractors meet the definition of ostensible subcontractor as set forth in 13 CFR 212.103(h)(4). Team members in such formal and informal joint ventures are exempt from affiliation rules under the conditions set forth in 13 CFR 121.103(h)(3). Note that there is no limit to the number of other team subcontractors or size status of subcontractors. Contemplated contract type: Indefinite Delivery, Indefinite Quantity (IDIQ), Task Order Arrangement Anticipated period of performance: A five-year ordering period with an anticipated award date: 12-18 months after issuance of RFI. Contract Ceiling: TBD Contemplated NAICS Code: 334511 with a size standard of 750 employees. Foreign participation will not be allowed at the prime contractor or subcontract level. RESPONSES: Submission shall be limited to 25 one-sided pages and should be Office 2007 compatible. 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. If any of the material provided contains proprietary information, then mark and identify disposition instructions (submitted data will not be returned). Responses should include, but are not limited to the following: Company History: A 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 production, integration, engineering, training, field support, and other services including handling of the classified information up to SECRET. The respondents should focus on a proven track record and specific examples of producing and delivering systems similar in scope and complexity to the Cerberus system on an urgent and expedited basis, preferably within a Quick Response Capability (QRC) framework. If you believe your firm possesses the technical capability, financial, facility, equipment and personnel resources, and relevant experience/past performance to perform the type of work specified above as a prime contractor, then request you also submit information stated below. If your anticipated participation will be that of a small business joint-venture, then you must identify each joint venture participant. If participation will be that of a newly formed small business joint venture, provide the information required by items 3 through 7 for each participant in the joint venture. 1.Company name and mailing address. 2.Point of contact (name, telephone number, and e-mail address). 3.Socio-economic status under the above stated NAICS (e.g., other than small business, small business, small disadvantaged business, woman-owned small business, veteran-owned small business, service disabled-veteran owned small business, etc.). 4.Current number of employees. 5.Identify the percentage of work that you, as a prime contractor, are capable of performing in each major technical function for which you are capable. 6.Provide a brief summary of your companys experience and past performance within the past 3 years as a prime contractor as it relates to the magnitude of this anticipated requirement. Emphasis shall be placed on your past experiences with large task/delivery order acquisitions in a competitive, multiple-award environment and which involved the management of a large pool of subcontractors/team members. Each experience provided (Government or commercial) shall include the following information: (a) name of project, (b) brief description of project, (c) contract or project number, (d) contract type, (e) client/customer point of contact (name, address, phone number, e-mail address), (f) dollar/ceiling value of the contract/project, (g) period of performance of the contract/project, (h) relevance of contract/project to requirements of this anticipated effort, (i) total number and magnitude of task orders (dollar value, duration, etc) awarded to you under the contract; and (j) total number (delineated by business size) of subcontractors/team members managed by you under the contract. 7.If you are a small business or joint venture of small businesses under the above NAICS, discuss how your firm will meet the requirements that at least 50% of the cost of contractor performance incurred for personnel shall be expended for employees of the small business prime contractor. SUBMISSION INFORMATION: Responses to the RFI must be received no later than 3:00 PM CST on 07Apr 10 both electronically and in hardcopy format. Hardcopy submissions shall consist of one original and two copies, referencing W9113M-CERB-RFI and shall be forwarded to USASMDC/ARSTRAT, ATTN: SMDC-RDC-BB/Diana McCown, Bldg 5220/Room 1028, Huntsville, AL 35898. Electronic submission shall be sent to Diana.McCown@smdc.army.mil with W9113M-CERB-RFI in the subject line. 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/. Questions regarding the scope of work or acquisition strategy will not be accepted at this time. In order to protect the procurement integrity of any future procurement, if any, that may arise from this announcement, information regarding the technical point of contact will not be given and no appointments for presentations will be made. All information received in response to this RFI that is marked Propriety will be handled accordingly. Responses to the RFI will not be returned. **Special Notice** Notice is given that ITT/CAS will assist the Government in review of any information submitted in response to this RFI. If an Organizational Conflict of Interest (OCI) agreement is required, contact the following individual at ITT/CAS: CAS, Inc. ATTN: Charles W. Collins (for executing NDA agreement only)* Manager, Contracts Division A wholly-owned subsidiary of ITT Corporation (256) 971-6126 Office (256) 971-6105 Fax E-mail: chuck.collins@itt.com * CAS-Chuck Collins should only be contacted in regard to executing an Non-Disclosure Agreement (NDA). No questions or data should be provided to CAS-Chuck Collins that does not solely apply to the NDA process. SMDC/ARSTRAT, ATTN:Diana McCown should be contacted regarding any questions or concerns. Data that is marked proprietary shall not be delivered to the Government without an NDA in place. Contractors are given notice that they are accountable for marking their data package appropriately. If a contractor submits proprietary information under this RFI, the contractor will execute an agreement pursuant to FAR 9.505-4(b) between themselves and CAS. A copy of this agreement must be furnished to SMDC/ARSTRAT, ATTN: Diana McCown. Again, this announcement is being used solely to gather market research information. This is not a request for proposals nor will technical capability statements be considered to be a proposal. No reimbursement will be made for any costs associated with providing information in response to this synopsis or any follow-up information requested. END OF DOCUMENT
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/SMDC/DASG60/W9113M-CERB-RFI/listing.html)
 
Place of Performance
Address: US Army Space and Missile Defense Command, Deputy Commander ATTN SMDC-CM-AP, P.O. Box 1500 Huntsville AL
Zip Code: 35807-3801
 
Record
SN02094950-W 20100319/100317234942-9095f570882740f048c2c36a292f6873 (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.