Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF OCTOBER 22, 2014 FBO #4715
SOURCES SOUGHT

58 -- Request for Information (RFI) for the Persistent Surveillance and Dissemination System of Systems (PSDS2)

Notice Date
10/20/2014
 
Notice Type
Sources Sought
 
NAICS
334111 — Electronic Computer Manufacturing
 
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
W56KGY-XX-R-PSDS2
 
Response Due
11/5/2014
 
Archive Date
12/19/2014
 
Point of Contact
christopher fisher, 4438614805
 
E-Mail Address
ACC-APG - Aberdeen Division B
(christopher.m.fisher24.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
1. Synopsis. The US Army Program Executive Office (PEO) Intelligence, Electronic Warfare & Sensors (IEW&S) in support of Product Manager (PdM) Electro Optic/ Infrared (EO/IR) Payloads is conducting a market survey to identify sources to provide operations, sustainment, engineering support, logistics support, configuration management, training support services, and acquisition of spares for the PSDS2 program. For the purposes of this RFI, the contractor should assume the work being conducted will occur both within the Continental United States (CONUS) and outside the Continental United States (OCONUS). The majority of this effort (up to 90%) will be focused on OCONUS operations support. The contractor should assume the support for PSDS2 will be for systems predominantly located in Afghanistan. The planned period of performance (PoP) is twenty four (24) months. The Government anticipates contract award 2QFY16. A Cost-Plus Fixed Fee (CPFF) contract type is contemplated. This RFI is for planning purposes only; this is not a request for quotations or proposals. No solicitation document exists and a formal solicitation may or may not be issued by the Government as a result of the responses to this RFI. The Government will not be liable for payment of any response preparation expenses nor does the Government intend to pay for the information submitted to this response. The interested parties are responsible for adequately marking proprietary or competition sensitive information contained in their response. PSDS2 is a Full Motion Video (FMV) system and architecture that ingests video from sensors into a centralized location to support persistent surveillance, video exploitation, dissemination and archiving. PSDS2 is a Quick Reaction Capability (QRC) that has been fielded since 2005. The Government does not own a Technical Data Package or source code. 2. Required Support. The Government is attempting to identify other potential sources capable of meeting the following requirements: a.The source shall provide contract and task planning, program management, administrative support services, cost control, cost reporting, program reviews, and technical status report. As well as quality assurance and data management support. This support shall include meeting and telcon support as required. b.The source shall be required to provide operations, sustainment, and engineering support services for the hardware and software/firmware for PSDS2 system. c.The source shall provide logistics support and configuration management for the PSDS2 system. This includes the hardware, software/firmware materials to update, maintain and sustain the PSDS2 system. d.The source shall develop and conduct training for military, Government and contractor personnel on the operation and sustainment of the PSDS2 systems. This service will include the training documentation/manuals. e.The source shall be responsible for providing Contractor Field Service Representatives (CFSRs) to maintain the systems and Intelligence Analysts (IAs) to monitor analyze and exploit imagery from a variety of sensors and produce intelligence products in support of the mission. f.The source shall be responsible for managing the inventory of the PSDS2 systems and maintaining a parts inventory that is adequate to support a system Operational Availability (Ao) of 85 percent over continuous operations (24/7/365). g.At a minimum, all contractor employees performing services under this contract must be US citizens and hold at least a SECRET security clearance or shall be able to obtain an interim SECRET level clearance prior to their scheduled deployment date. h.The source shall plan on supporting at least two (2) CONUS test events per year. Should there be OCONUS travel required to support operations the direction and approval will come from the Government. 3. Required Assumptions. a.Work conducted under this contract will be in both the continental United States (CONUS) and outside the continental United States (OCONUS) locations, including Afghanistan. b.All employees performing under this contract must be a US citizen, and have at least a secret security clearance or shall be able to obtain an interim secret level clearance prior to their scheduled deployment date. c.The contractor must be prepared to execute contract requirements immediately upon award. Transition from any existing support contract to this new contract must be rapid, seamless and transparent to the Warfighter. No transition period or training by incumbent personnel is available. d.The Government does not own a TDP, detailed technical drawings, data, or source code. No TDP, detailed technical drawings data or source code will be available to support any potential contract action. e. The Government does not own a lesson plan, program of instruction, training materials, technical manuals or other data that can be evolved into the required training package. No lesson plan, program of instruction, training materials, technical manuals or other data will be provided to support the development and evolution of the required training program. 4.Required Information. All responses to this RFI must include the following information: a. State whether your firm is interested in participating as the prime contractor or as a subcontractor. Companies that intend to be a prime contractor should clearly demonstrate that they possess the capability and experience to satisfy the specified requirement. b. Summarize relevant experience providing all or some similar services, and any experience working with PSDS2 or related technologies. c. Assess the risk associated with meeting the stated requirements. Specifically address the impact of each of the limitations identified in paragraph 3, Required Assumptions. d.Clearly identify assumptions on which your response is predicated. As a minimum, identify any required Government furnished equipment/Government furnished information on which the approach is predicated, and all required Government support anticipated. e.Provide any other relevant information you wish to share regarding your ability to satisfy the requirements. 5.Submission Instructions. a.Written responses to this RFI are due within fifteen (15) days of this posting. b.Responses shall be no more than ten (10) pages, to include the cover, table of contents and any annexes or attachments. All responses should include a non-proprietary cover page, which includes your company name, technical point of contact, and contact information. c.The response must make specific reference to the contents of this RFI, including each of the requirements identified in paragraph 4, relative to the required assumptions identified in paragraph 3. d.This market survey is not a request for competitive proposals. Capabilities/qualifications will be evaluated solely for the purpose of conducting market research. Responses will be evaluated for their viability. All sources may submit a response, which will be considered by the Government. This market survey is for information and planning purposes only, does not constitute a solicitation for bids or proposals, and is not to be construed as a commitment by the Government. The Government will not pay for any effort expended in response to this market survey. Send responses to Project Lead Thomas Almuttil Email: Thomas.m.Almuttil.civ@mail.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/8f034f1bfa65c998154a725869176909)
 
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
SN03553849-W 20141022/141020234053-8f034f1bfa65c998154a725869176909 (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.