Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 27, 2016 FBO #5360
SOURCES SOUGHT

10 -- W31P4Q-16-R-0154

Notice Date
7/25/2016
 
Notice Type
Sources Sought
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of the Army, Army Contracting Command, ACC - RSA (W31P4Q) Missile, BLDG 5303 SPARKMAN CIR, Redstone Arsenal, Alabama, 35898-5090, United States
 
ZIP Code
35898-5090
 
Solicitation Number
W31P4Q-16-R-0154
 
Archive Date
8/24/2016
 
Point of Contact
Henry S. Dickerson, Phone: 2568427503
 
E-Mail Address
henry.s.dickerson.civ@mail.mil
(henry.s.dickerson.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
Contracting Office Address: Department of the Army, Army Contracting Command - Redstone, Air and Missile Defense Directorate, CCAM-SM-B; Redstone Arsenal, AL 35898, UNITED STATES Description of Action THIS IS A REQUEST FOR INFORMATION ONLY. THERE IS NO SOLICITATION PACKAGE AVAILABLE. This Request for Information (RFI) is issued solely for information and planning purposes; it does not constitute a Request for Proposal (RFP) or a promise to issue an RFP in the future. This RFI does not commit the Government to contract for any supply or service whatsoever. The Government will not pay for any information received in response to this RFI nor will the Government compensate the respondent for any cost incurred in developing the information for the Government. Any request for copies of solicitations will not be addressed since this is a request for information, not a request for proposal. Not responding to this RFI does not preclude participation in any future RFP. Any comments provided may or may not be included in a formal solicitation. The Government will not release any information marked with a proprietary legend received in response to this RFI to any firms, agencies or individuals outside the Government without written permission in accordance with the legend. Respondents may provide information on any currently available product or service that meets the Army's requirements. Format of Submissions/Point of Contact To be considered, responses to this RFI shall be submitted no later than ?? August 2016 to: Sherry Miller or Henry S. Dickerson, Sr. CCAM-SM-B Bldg. 5250 Redstone Arsenal, AL 35898-5280 *NO PHONE CALLS ACCEPTED* All information in responses should be unclassified. The response format shall be data files either emailed or on a CD. White papers shall be limited to twelve pages with two additional pages for technical drawings. Acknowledgment of receipt of white papers will not be made and white papers will not be returned. Data Requested The C-RAM Program Directorate is conducting market research in the area of the Counter-Rocket Artillery Mortar (C-RAM) System of Systems (SoS) systems architecture design and analysis, systems software interface support, design/system engineering, system integration, and system fielding/install/de-install/repair/retrofit. This effort includes programmatic, engineering, test, logistics, fielding, training, integration, sustainment and integrated logistics support for the implementation of the C-RAM SoS capability in support of Sustainment of Ongoing Contingency Operations (SOCO), C-RAM training base requirements, Operation Freedom's Sentinel (OFS), Operation Inherent Resolve (OIR), Task Force Sinai (TFS) and Other Government Agency (OGA) operational requirements, C-RAM Foreign Military Sales (FMS) cases and other international agreements as directed by the C-RAM Program Office. The C-RAM SoS Mission is defined by the integration of a variety of Government-furnished and contractor-furnished indirect fire protection resources, necessary to provide protection from rocket/artillery/mortar (RAM) launches towards U.S. Government assets. Objectives include: * to install and maintain the C-RAM SoS capability at Government designated priority sites * FMS (if required) * maintain and sustain existing deployed logistics support centers * support Army training bases and establish additional support sites as required by the Government The effort will include integration of systems engineering processes, procedures, and models across all applicable program Integrated Product Teams (IPT). The contractor shall identify performance issues and operational issues, and present them to a Government led IPT for guidance. The contractor shall support system requirements/capability refinement and Concept of Operations (CONOPS) refinement/development. The contractor shall support developing, updating, maintaining and assessing the System Architecture (SA) model, and GFE components. In Operations - the contractor shall install/upgrade/de-install/integrate Sense and Warn (S&W) network connectivity to the Intercept capability. At C-RAM training bases, the contractor shall install/upgrade/de-install/integrate C-RAM Sense, Warn and Respond capabilities. As part of this support the contractor shall provide the capability to connect S&W capabilities to the ABCS network and other unit owned equipment as directed by the Government. The contractor shall provide personnel expertise to support the Government's analysis, cost and reliability comparison on all CFE parts and component alternatives as requested and approved for investigation by the Government. The contractor shall provide personnel expertise to support conduct of prognostic and diagnostic analysis to predict failures remaining in the life of C-RAM RAM Warn C-NET equipment. The contractor shall provide personnel expertise to maintain ICDs, maintain, update and control the System Architecture (SA) configurations, especially for the SoS hard and soft interfaces for intercept and test FOBs or SA Spiral variant. This shall include a record of software versions installed by baseline, upgrade, and to equipment models installed. The contractor must be able to have personnel in place and to begin support operation at locations (Forward Operating Bases (FOB) and Regional Support Centers (RSC)) in Continental United States (CONUS) and Outside Continental United States (OCONUS) immediately upon contract award. Firms should identify their management approach in the identification and selection of personnel to provide the desired solution. Initial training of personnel to perform the desired support will not be authorized on any resultant contract. Any proprietary material should be clearly marked and will be held in the strictest confidence. At a minimum, the white paper shall provide a description of the technical approach and a statement on how the technical capabilities meet these key attributes: 1) Personnel Availability - discuss the approach for identifying, recruiting and selecting personnel for consideration to provide the desired support. 2) Personnel Selection - discuss the approach, including prerequisite qualifications, for determining the selection of personnel to perform the desired support. Identify the experience and education attributes to be used in selecting personnel. 3) Key personnel - discuss approach for the identification of key personnel and defining their duties and responsibilities. 4) Assignment location - discuss the approach for identifying and selecting personnel with the necessary qualifications for short and long term assignments at multiple locations, including overseas. 5) Training - discuss the approach for training personnel on the C-RAM SoS. 6) Management - discuss the management approach to be used to organize and control a system to provide the desired support. 7) Other Clients/Experience - discuss the major clients to whom you have provided similar support services, and whether you are working with clients presently regarding the services. 8) Summary: discuss briefly why there is confidence their approach is the most effective in meeting the requirement. Responses must include company name, Commercial and Government, Entity (CAGE) code, mailing address, identify themselves as a small or large business and identify appropriate point of contact information. Place of Performance: United States and Southwest Asia
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/81a46124cf8e7723beb0c3d2f7dac4cd)
 
Place of Performance
Address: ACC-RSA - (Missile), ATTN: CCAM, Building 5250, Martin Road, Redstone Arsenal, Alabama, 35898-5280, United States
Zip Code: 35898-5280
 
Record
SN04195232-W 20160727/160726000355-81a46124cf8e7723beb0c3d2f7dac4cd (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.