Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 28, 2013 FBO #4234
SOURCES SOUGHT

59 -- Jordan Border Security System (JBSS) Sustainment Support

Notice Date
6/26/2013
 
Notice Type
Sources Sought
 
Contracting Office
ACC-APG - Aberdeen Division B, HQ CECOM CONTRACTING CENTER, 6001 COMBAT DRIVE, ABERDEEN PROVING GROU, MD 21005-1846
 
ZIP Code
21005-1846
 
Solicitation Number
MARKET-SURVEY-5466-1
 
Response Due
7/25/2013
 
Archive Date
8/25/2013
 
Point of Contact
Tineka C. Davis, 443-861-5439
 
E-Mail Address
ACC-APG - Aberdeen Division B
(tineka.c.davis.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
FOR MORE INFORMATION PLEASE CONTACT: Matt Oskam matthew.b.oskam.civ@mail.mil This is a Request for Information (RFI) and should not be construed as a Solicitation Announcement, Invitation for Bids, Request for Quotations, or a Request for Proposals. After reviewing the Description of Requirements included in this RFI, interested, capable contractors are invited to provide responses to the following questions. Please provide responses if you can support the entire Requirement. Responses should follow the format provided and be submitted electronically as one complete document. This RFI is for informational purposes only and is not to be construed as a commitment by the Government to acquire any products or services, or for the Government to pay for information received. Responses to this Sources Sought request are due NLT 1200 hours EST (APG, MD) on 25 July 2013. Please submit all RFIs to Matt Oskam, SAMD Weapon Systems Manager, matthew.b.oskam.civ@mail.mil. Subject line of responses should read quote mark RFI-JBSS Sustainment, Company Name. quote mark Responses will be treated only as information for the Government to consider. Contractors will not be entitled to payment for direct or indirect costs that may be incurred in responding to this RFI. Neither does this request constitute a solicitation for proposals or the authority to enter into negotiations to award a contact. No funds have been authorized, appropriated or received for this effort. The information provided may be used by the U.S. Army in developing its acquisition strategy, Statement of Work/Performance Work Statement and/or Statement of Objectives. Interested parties will be responsible for adequately marking proprietary, restricted or competition sensitive information contained in their respective responses. 1.Please provide the following Point of Contact Information: Company: Address: Point of Contact: Phone Number: Fax Number: Email Address: 2.Please identify you company's business size: Large Business: Small Business- Based upon the Primary North American Industrial Classification System (NAICS) Code of __________. Refer to http://www.sba.gov/content/table-small-business-size-standards. Small Business 8A- Small Disadvantaged Business- Woman-Owned Small Business- Historically Underutilized Business Zone (HUBZone) Veteran-Owned Small Business Service-Disabled Veteran-Owned Small Business 3.If you identify your company as a Small Business or any SB subcategory addressed in Question 2, then is your company interested in a prime contract for the requirement? 4.Under the current SB recertification regulations, do you anticipate your company remaining a small business under the primary NAICS Code? If you are a SB, answer questions 4A & B. All others skip to Question #5. a. If your company is awarded a contract for this requirement, will you be able to perform at least 50% of the work? b. As an SB, can you go without payment for up to 90 days? 5.For this requirement, would your company plan on business arrangements with other companies? If so, please list the process used in selecting other companies. 6.For this requirement, please provide any details regarding proposed joint ventures, teaming arrangements, strategic alliances, or other business arrangements. Responding contractors are encouraged to identify teams, indicating each team member's size based upon the NAICS code for the work that the team member may be supporting. 7.Is your company currently providing similar services to this or other Government Agencies? If so, please identify the agency/customer and associated contract information. Does your company offer the same or similar equipment/services commercially? 8.Has your company performed this type or similar type of effort in the past? If so, please provide any contract information (Contr numbers/POCs/description of direct support provided). 9.Do you have experience performing work Outside the Contiguous United States (OCONUS)? If YES, please provide details. 10.This work will take place in the Royal Hashemite Kingdom of Jordan. Can your company currently comply with the overseas capabilities and security requirements required to perform work in this region. 11.If you answered NO to question (10), what aspects of the overseas capabilities and security requirements do you not comply with? How long would it take your organization to obtain the required overseas capabilities and security requirements? 12.Could your company independently provide the entire range of services called for in this Market Survey? 13.If you answered NO to question (12), what services called for in this Market Survey could your company provide? 14.What are the core competencies of your employees that would support this requirement? Provide the total number of individuals currently employed by your company capable of supporting this requirement. 15.Does your company possess an approved Defense Contract Audit Agency (DCAA) accounting system? 16.Interested companies may also provide a White Paper (no more than 20 pages in length) describing how its products and technical expertise could produce and deliver such capabilities as described in the following Description of Requirements. The purpose of this Sources Sought Announcement is to identify potential sources with the technical capability and necessary resources to provide Foreign Military Sales (FMS) Program assistance to the U.S. Army Communications-Electronics Command (CECOM) Security Assistance Management Directorate (SAMD), in its efforts to support the Government of Jordan's Border Security System (JBSS). Description of Requirements: SAMD, in conjunction with the Jordan Armed Forces, has established Lifecycle Integrated Logistics Support (ILS) requirements for the Phase 1 Sector of the Jordan Border Security System (JBSS). The JBSS Phase 1 Sector covers 102 km of the Jordanian/Syrian border and contains two (2) Areas of Responsibility (AORs). When completely operational, it will consist of twenty six (26) total fixed surveillance towers, a supporting communications network, seven (7) command centers, four (4) transportable towers, and supporting response team vehicles. AOR-1A is installed with operations commencing in October 2009. AOR-1B is currently being installed with operations scheduled to commence in January 2014. To maintain and sustain its highest reliable design performance, the JBSS must be operated and maintained by highly trained and skilled personnel in accordance with a planned life cycle maintenance support program. An effective maintenance support program in concert with industry best practices will ensure the JBSS operates at its maximum capability in a cost effective manner throughout the lifecycle of the system. A follow-on ILS Sustainment contract to support Phase 1 with a start date of Summer 2014 is planned. Any contract will require on-the-ground maintenance support (Fix-All), periodic refresher training, spare parts, and when required, technical retrofit of equipment to address obsolescence issues. The end goal will be to ensure that the JBSS remains fully functional to support the JAF border security mission. Program Management Requirements-Period & Place of Performance: The Contractor shall implement the overall program to sustain the Phase 1 system within a Period of Performance (PoP) not to exceed 36 months consisting of a 12 month base period followed by two 12 month options. Place of Performance will be at Contractor's facilities and the Royal Hashemite Kingdom of Jordan. Lifecycle Sustainment and Maintenance Support Requirements: The Contractor shall provide maintenance support for the PoP to ensure JBSS Phase 1 remains fully operational. The contractor shall develop and implement a maintenance and supply concept for the JBSS in accordance with industry best practices. Logistics support shall include all material elements and ancillary items necessary for maintaining the system in an operational state of readiness. The objective of the logistics support program is to provide the Jordan Armed Forces (JAF) the necessary resources (e.g., information, tools, training, etc.) to fully self-sustain the JBSS beyond the Phase 1 Sustainment PoP. The Contractor shall be responsible to perform the necessary troubleshooting, fault isolation, and equipment Repair and Return (R&R) actions to address and fix each system hardware and software issue. The Contractor shall be responsible to perform the verification actions necessary to demonstrate each system issue was successfully remediated. The Contractor shall develop and implement a R&R approach such that any item sent for R&R will be returned back to the JBSS inventory (including verification the issue was resolved) no later than 45 days upon receipt of JAF initiated Trouble Report (TR), not including custom delays. In the event of any component failure (e.g., hardware, software, configuration, etc.), the Contractor shall return the complete system to full operational status within 5 calendar days. If unable to do so, the Contractor shall complete and submit a waiver form describing actions completed thus far and approach to remediate the situation including anticipated completion date. The Contractor shall be responsible to implement all available upgrades to any JBSS software. The Contractor shall assist JAF to establish an appropriate Level 3 maintenance capability utilizing all JAF existing facilities and test equipment. The Contractor shall establish a JBSS maintenance facility (utilizing an existing JAF building) and provide all test equipment and tools necessary for Level 3 system maintenance. The Contractor shall develop and maintain an Integrated Logistics Support Plan (ILSP) and provide to the USG no later than 30 days after Contract Award. At a minimum, the ILSP shall include: Discussion on the maintenance processes and detailed procedures that will be used Guidance for processing defective lowest replaceable units (LRU); include Equipment Logistics Data Sheets (ELDS) for each major component Description of the overall supply concept List of necessary spares and consumables with estimated annual quantities required Plan to transition sustainment capabilities to JAF Detailed analysis of the estimated lifecycle sustainment costs for 10 years beyond the contract PoP. The Contractor shall update the ILSP as required to incorporate changes to the ILS concept, sustainment transition, and lessons learned. To achieve a cost effective maintenance approach, the Contractor shall develop and document processes within the ILSP to assure materials and equipment are handled and processed in a manner that precludes equipment damage or degradation. In addition, the Contractor shall be responsible to perform scheduled preventive maintenance needs based on manufacturer recommendations and historical data. The Contractor shall include these within the ILSP. The Contractor shall be responsible for replenishing the Phase 1 spares pool so that the original quantity of spares is available at the end of PoP. The Contractor shall be responsible to complete a JAF-initiated TR to document each system issue. Within 24 hrs of receipt of a JAF-initiated TR, the Contractor shall provide an updated TR with an initial analysis and estimated completion date. The Contractor shall include in each TR all required actions related to each issue within the TR to include, but not limited to, description of the issue (including exact component details when appropriate), summary of how issue arose, troubleshooting actions for fault isolation, actions taken to return capability to operational status, actions taken to repair faulty component, actions taken to verify the remediation steps were successful, and lessons learned to mitigate risk from future occurrence of the respective issue. Pictures should also be included, as appropriate, to further document the issue. The Contractor shall submit each completed TR for USG/JAF approval prior to the TR being closed. The Contractor shall conduct an analysis of trouble reports to provide USG/JAF trends in equipment failures, R&R timelines (predicted vs. actual), Mean Time Between Failure (MTBF) data, and lessons learned. On a weekly basis, the Contractor shall conduct teleconferences with USG to discuss the current maintenance actions. On a bi-weekly basis, the Contractor shall support in-country maintenance meetings with USG and JAF representatives. The Contractor shall develop, implement, and maintain their approach to support the USG's obsolescence management approach. The Contractor shall provide mitigations of USG-identified obsolescence risks and courses of action (COAs) to address obsolescence issues which would include, but not limited to, technical refresh options of JBSS equipment. The Contractor shall document and maintain their obsolescence management support approach within the ILSP. End User Training Requirements: The contractor shall develop, implement, and maintain an overall training approach to enable the designated end-user representatives to install, operate, and maintain (up to Level 3) all aspects of the JBSS. The Contractor shall develop a detailed training plan and training material and ensure the training to designated end user personnel is implemented as documented in the approved training plan. The training plan shall focus individually on the following end-user roles: Operator Staff, Maintenance Staff, System Administration Staff, and Network Management Staff. The Contractor shall conduct the following train-the-trainer courses for the identified minimum number of students: Operator Training (20 students), Level 3 Maintenance Training (6 students), System Administration Training (6 students), and Network Management Training (6 students). All contractor conducted training and training materials shall be in English. The training shall be conducted at a JAF-provided facility in Jordan using a combination of formal classroom instruction and hands-on interaction with existing equipment. Transportation Requirements: The Contractor shall be responsible for packaging all equipment to be shipped for maintenance support (i.e., repair and return) and all other activities. JAF will be responsible for transportation from the JAF warehouses to final installation locations. JAF will be responsible for clearing Jordan Customs and all Jordan tax fees to include Value Added Tax (VAT) and all applicable customs duties. The contractor shall be responsible for all other shipping costs necessary for the JBSS sustainment efforts. Government Furnished Information: To ensure all vendors understand the complete Phase 1 architecture and technical dependencies, the Government will provide with any resultant solicitation, a full Bill of Materials (including spares parts list) and the System/Subsystem Design Description (SSDD). Additionally, a Interface Control Document (ICD) for the JBSS Phase 1 system will be provided, which provides a general definition of the software and hardware interfaces. The Government will identify vendors who have provided software that is considered proprietary. Contractor Comments: Contractors responding to this RFI should provide any additional information deemed appropriate to meet the program requirements. While the Government does not plan to enter into discussions regarding this Sources Sought Request, Contractors are encouraged to submit questions or issues of concern that the Government should consider in advance of issuing a Request for Proposals. Matt Oskam SAMD, IEW&S ISR NIPR: matthew.b.oskam.civ@mail.mil 6010 Combat Drive Aberdeen Proving Ground, MD 21005
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/84afb0a9c242eede0557e210a638be53)
 
Place of Performance
Address: ACC-APG - Aberdeen Division B HQ CECOM CONTRACTING CENTER, 6001 COMBAT DRIVE ABERDEEN PROVING GROU MD
Zip Code: 21005-1846
 
Record
SN03101034-W 20130628/130627000056-84afb0a9c242eede0557e210a638be53 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.