Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF OCTOBER 12, 2014 FBO #4705
SOURCES SOUGHT

A -- Development, Integration, and Engineering Support for Electronic-warfare Laboratories (DIESEL)

Notice Date
10/10/2014
 
Notice Type
Sources Sought
 
NAICS
541712 — Research and Development in the Physical, Engineering, and Life Sciences (except Biotechnology)
 
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
W56KGU15C0006
 
Response Due
10/24/2014
 
Archive Date
12/9/2014
 
Point of Contact
Dana Nunley, 443-861-4683
 
E-Mail Address
ACC-APG - Aberdeen Division B
(dana.y.nunley.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
RFI Title: Development, Integration, and Engineering Support for Electronic-warfare Laboratories (DIESEL) 9 October 2014 This is a Request for Information (RFI) for Development, Integration, and Engineering Support for Electronic-warfare Laboratories (DIESEL). A RFI for this requirement was previously issued on 17 October 2013. For Interested parties who did not respond to the subject 17 October 2013 RFI: Interested parties who plan to submit a White Paper response to the RFI below, please inform the Army Contracting Command by 5pm Eastern Time on 17 October 2014 via the email addresses provided in the RFI below, of your intention submit a White Paper. The response due date for the White Paper is NLT 5pm Eastern Time, 24 October 2014. For interested parties who previously responded to the subject 17 October 2013 RFI: 1. Confirm White Papers submitted in response the 17 October 2013 RFI are still valid or submit a revised White Paper with clearly marked changes. 2. For interested parties who are confirming that their original White Paper submitted in response to the 17 October 2013 RFI is still valid, please inform the Army Contracting Command, Aberdeen Proving Ground via the email addresses provided in the RFI below, by 5pm Eastern Time on 17 October 2014 of the intention to use the originally-submitted White Paper, and provide contractor CAGE and DUNS codes. 3. For interested parties who plan to submit an updated White Paper response, please inform the Army Contracting Command by 5pm Eastern Time on 17 October 2014 via the email addresses provided in the RFI below, of your intention submit an updated White Paper. All revisions in the updated White Paper shall be clearly noted by quote mark highlighting quote mark. The response due date for the updated White Paper is NLT 5pm Eastern Time, 24 October 2014. The U.S. Army Contracting Command-Aberdeen Proving Ground (ACC-APG), Aberdeen Proving Ground, MD 21005, on behalf of the Communications Electronics Research and Development Engineering Center (CERDEC) Intelligence and Information Warfare Directorate (I2WD) Electronic Warfare Air/Ground Survivability (EWA/GS) Division, is conducting a Market Survey to identify potential sources for the procurement of EW capabilities. Background and Description: This Request for Information (RFI) by the Army seeks industry feedback on Electronic Warfare capabilities and approaches to meet future strategic and protected EW needs. More specifically, information is sought on existing technical capabilities needed to support I2WD in the areas of research and development of new technologies, engineering support and services, integration support, laboratory support, software development, network engineering, field support, system training, infrared countermeasure (IRCM) systems support, RADAR/LIDAR systems support, lab and field test support, and relevant associated documentation to include plans, reports, and threat assessments. This effort shall provide services to develop and implement Quick Reaction Capability (QRC) solutions for new systems or modifying and retrofitting existing fielded production systems. Technologies to be supported include lasers, Electro-Optical E/O sensors, Radio Frequency RF modulation/demodulation, Hyper spectral, image processing, signal processing, software techniques, and others similar related technologies. The EWA/GS Division proposed effort is for lifecycle support requirements which are necessary to support the Information and Intelligence Warfare Directorate (I2WD) Electronic Warfare Air/Ground Survivability (EWAGS) Division, and US Army (USA), US Navy (USN) and Office Secretary of Defense (OSD) technology interests in the field of Electronic Warfare (EW), to include Infrared Missile Countermeasures (IRCM) particularly of Man Portable Air Defense (MANPAD) weapons, Hostile Fire Detection and Countermeasure (HFDCM), integrated Information Operations (IO), Data Collection and Analysis, and Systems Engineering. Army Major Command (MACOMs), Combatant Commands (Unified and Specified (U&S), and the Army Special Operations Command continue to have a need for technology development to counter ever evolving threats and support ongoing requirements. These solutions often need to be developed in an expeditious manner, relate directly to I2WD work and processes, and demand rapid turnaround for quick reaction support. The proposed acquisition is for Research Engineering and Development for Survivability with a one-year base period and a twelve month option period of performance. The total estimated level of effort is 420,000 man hours. The Government is requesting contractors provide sufficient information in the form of a white paper which demonstrates that the contractor can develop and support EW capabilities. This Request for Information (RFI) focuses on but is not limited to solutions utilizing EW technologies that contribute to the following key areas: Situational Awareness (SA) oThreat detection oThreat identification o Survivability oCountermeasures Principle technologies of interest include but are not limited to: Infrared countermeasures development Image and video processing/analysis Software design to control and integrate laboratory equipment Flight motion system (FMS) integration and testing Laser/sensor integration, analysis, and testing Threat-adaptive systems architecture/algorithm development Field/laboratory testing and demonstration Radiometric measurement and analysis Statistical data analysis and machine learning IA-related certifications IT-related certifications Network design Antenna design Data security and authentication Interested sources are requested to submit a brief summary of Capabilities to include in-house capability versus outside resources (i.e. subcontractors/teaming arrangements), and complete the enclosed questionnaire found on pages 4-6 to include information such as company size, past performance information, facility security classification currently held, and pertinent points of contact. All contractors/subcontractors supporting this effort onsite at the I2WD Compound must have a Top Secret/SCI clearance. The contractor shall be required to have a SECRET Facility Clearance with SECRET safeguarding requirements. The contractor will require access to COMSEC information, Sensitive Compartmented Information (SCI), Non-SCI information, NATO information, Foreign Government Information (FGI) and For Official Use Only (FOUO) information. Submission of proprietary and other sensitive information shall be marked and identified with disposition instructions. Submitted material will not be returned. All submissions must be in Microsoft Word or Adobe PDF (1-inch margins and 12 point Arial or Times New Roman font), e-mailed to ACC-APG Contract Specialist Dana Nunley dana.y.nunley.civ@mail.mil and ACC-APG Contract Specialist Lee Alexis lee.alexis.civ@mail.mil. Label the cover page clearly with RFI title: quote mark DIESEL quote mark, respondent organization, and POCs. The page limitation for the Statement of Capabilities package is 15 pages, including figures & tables but excluding the completed questionnaire. All submissions must be received no later than 5pm EST on 24 October 2014. Responses shall not be above the level of Unclassified/For Official Use Only (FOUO). The NAICS classification for this potential requirement is 541712 with a size standard of 500 people or less. Both large and small businesses are encouraged to apply. Small business concerns that comply with the aforementioned NAICS classification standard are encouraged to respond, indicating their status under the subordinate subcategories, if applicable ( i.e., small disadvantaged small business, women-owned small business, service disabled veteran owned small business, etc.). The information provided and received in response to this announcement is subject to the conditions set forth in FAR 52.215-3 -- Request for Information or Solicitation for Planning Purposes.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/60727093f93048be707003c8f8e3f1bc)
 
Place of Performance
Address: ACC-APG - Aberdeen Division A HQ CECOM CONTRACTING CENTER, 6001 COMBAT DRIVE ABERDEEN PROVING GROU MD
Zip Code: 21005-1846
 
Record
SN03548620-W 20141012/141010233953-60727093f93048be707003c8f8e3f1bc (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.