Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 17, 2017 FBO #5777
SPECIAL NOTICE

59 -- Cable Reduction for THSv2 Equipment - Attachment 1

Notice Date
9/15/2017
 
Notice Type
Special Notice
 
NAICS
334290 — Other Communications Equipment Manufacturing
 
Contracting Office
Department of the Navy, United States Marine Corps, MARCORSYSCOM, 2200 Lester Street, Quantico, Virginia, 22134, United States
 
ZIP Code
22134
 
Solicitation Number
M67854-17-I-1256
 
Point of Contact
Karla Logothety, Phone: 7034323616, Margot Haycook, Phone: 7034323610
 
E-Mail Address
karla.logothety@usmc.mil, margot.haycook@usmc.mil
(karla.logothety@usmc.mil, margot.haycook@usmc.mil)
 
Small Business Set-Aside
N/A
 
Description
Attachment 1 depicts the currently fielded THSv2 equipment set with required cables THIS IS NOT A NOTICE OF SOLICITATION ISSUANCE. This is Special Notice that includes a REQUEST FOR INFORMATION (RFI). This 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 contractually for any services or supplies whatsoever. Furthermore, the USMC is not seeking proposals at this time. Respondees are advised that the United States Government will not pay for any information or administrative costs incurred in response to this RFI; all costs associated with responding to this RFI will be solely at the interested party's expense. Not responding to this RFI does not preclude participation in a future RFP, if one is issued. If a solicitation is released, it will be synopsized on the Federal Business Opportunities (FBO) website. It is the responsibility of the potential offerors to monitor these sites for additional information pertaining to this requirement. 1.0 Description The Department of Defense (DoD), Marine Corps Systems Command (MCSC), PM Fires Program Office, Fire Support Coordination Team (FSCT), as a means of conducting market research, is seeking information on the availability of a low-cost alternative to the number of cables required in the setup and operation of the Target Handoff System version 2 (THSv2) supporting the United States Marine Corps (USMC) Joint Terminal Attack Controllers and Joint Fires Observers. THSv2 is a software application developed by Government organizations using Government owned software. The current hardware for THS V2 is non developmental hardware that is currently available and in use by other Government and Military organizations. 2.0 Background The PM Fires Program Office, FSCT, MCSC, is responsible for equipping the Marine Corps operating forces with ground-based fire support systems and associated equipment. This includes technology that provides supporting arms observers, spotters, and controllers with the capability to perform acquisition, location and digital hand-off of targets to air and ground weapon platforms via tactical data systems using current communications equipment. Attachment 1 shows the currently fielded THSv2 equipment set and all required cables. Possible solutions could be but are not limited to: Wireless, Bluetooth, Near-field communication. RF detection is a major concern for any solution so that will need to be evaluated/mitigated. The solution must be capable of handling classified data, and must meet government cryptographic and security requirements. Because of the worldwide distribution of fielded THSv2 equipment, any continued maintenance such as firmware updates are not practical and should not be required. Guidance for government cryptographic and security requirements for your specific technology solution can be found at the following web sites: Cryptography - https://www.iad.gov/iad/programs/iad-initiatives/cnsa-suite.cfm https://www.nsa.gov/resources/everyone/csfc/ Security requirements - https://www.niap-ccevs.org/Profile/PP.cfm WLAN Access Point Enclave STIG- http://iasecontent.disa.mil/stigs/zip/Oct2016/U_Network_WLAN_V6R12_STIG.zip Consequently, the PM Fires FSCT is seeking information on low-cost sources of technology that are non-developmental and can be delivered 2 nd Qtr FY19. If the technology is currently in development, it should be complete and commercially available for delivery and evaluation 2 nd Qtr FY19. Interested parties should note that this cable reduction RFI is NOT intended to be a full hardware replacement for the THSv2 system. It is acceptable to replace one component, such as the HUB, or add an attachment that facilitates cable reduction. 3.0 Schedule The proposed key milestones for the cable reduction effort are listed below. All dates are tentative and subject to change. Key Milestone/Event Proposed Date Notes RFI Release 4 th Quarter (Qtr) Fiscal Year 2017 (FY17) RFP Release 2 nd Qtr FY19 Production samples acquired for evaluation Contract Award 2nd Qtr FY20 4.0 Other Considerations 4.1 The anticipated procurement quantity required is up to 1000 items. 4.2 Affordability is of paramount importance. The PM Fires FSCT is seeking an economical, low-cost solution that will reduce the amount of cables and enhance system usability. 5.0 Requested Information Responses are requested from potential sources, including small businesses; 8(a); HUBZone; Economically Disadvantaged Woman-Owned Small Businesses (EDWOSB); Woman-Owned Small Businesses (WOSB); and Service Disabled Veteran Owned Small Businesses (SDVOSB) that are capable of providing a technological solution with the characteristics described herein. 5.1 Responses should identify the availability of an affordable, non-developmental solution to minimize the number of cables for THSv2 as quickly as possible. However, if a possible solution is still under development, include the expected completion date of that development. 5.2 In addition to schedule and performance attributes, it is requested that responses also provide pricing information to include a Rough Order of Magnitude or historical pricing data (note: the Government is using this pricing data for planning purposes only). 5.3 The NAICS Code assigned to this acquisition is 334290, with a size standard of 750 persons. Respondents should indicate their size in relation to this size standard and indicate socio-economic status (i.e. SB, 8(a), HUBZone, EDWOSB, WOSB, or SDVOSB). Respondents are further requested to indicate their status as a Foreign-owned/Foreign-controlled firm and any contemplated use of foreign national employees on this effort. The Product Supply Code is 5895. 6.0 Responses 6.1 Responses are requested no later than October 16, 2017 3:00 p.m. EST. Responses shall be limited to 20 pages (Times New Roman, 12 font) and submitted via e-mail to matthew.bolen@usmc.mil AND stclair.larry@usmc.mil. All correspondence sent via email shall contain a subject line that reads CABLE REDUCTION SOLUTION. If this subject line is not included, the e-mail may not get through e-mail filters at Marine Corps Base Quantico. Filters are designed to delete emails without a subject or with a suspicious subject or attachment. Attachments with files ending in.zip or.exe are not allowable and will be deleted. Ensure only.pdf,.doc,.docx,.xsls, or.xls documents are attached to your email. All other attachments may be deleted. 6.2 All responses must include the following information: Company Name; Company Address; Company Business Size; Commercial Activity Government Entity (CAGE) Code, and POC name, phone number, fax number, and e-mail address. Responses shall not include classified data. 6.3 Proprietary information, if any, should be minimized and MUST BE CLEARLY MARKED. To aid the Government, please segregate proprietary information. Please be advised that all submissions become Government property and will not be returned. 6.4 Note that the Government reserves the right to consider a small business set-aside based upon responses hereto for any subsequent action. All prospective contractors must be registered in the System for Award Management (SAM) database to be awarded a DoD contract. No set-aside decision has been made. Note that a key factor in determining an acquisition to be a Small Business Set-Aside is that small business prime contractors must perform at least 50% of the effort, as defined in FAR Clause 52.219-14. 7.0 Industry Discussions PM Fires FSCT representatives may or may not choose to meet with potential respondents. Such discussions would only be intended to gain clarification of respective capability/technology to meet the requirements, especially any development and certification risks. 8.0 Questions Questions regarding this Special Notice shall be submitted in writing by e-mail to the Points of Contact (POCs) listed below. Verbal questions will NOT be accepted. Questions will be answered via the Federal Business Opportunities (FBO) website; accordingly, questions shall NOT contain proprietary or classified information. The Government does not guarantee that questions received after 10/16/ 17 @3:00 PM EST will be answered. Contracting Office Address: 2200 Lester Street Quantico, VA 22134 Primary POC: Mr. Matthew Bolen THS v2 Systems Engineer matthew.bolen@usmc.mil Phone: 703-432-3753 Secondary POC: Mr. St. Clair Larry Jr. Contracting Specialist StClair.larry@usmc.mil Phone: 703-432-3613 9.0 Summary THIS IS AN RFI ONLY to identify potential sources capable of providing a low-cost alternative to the number of cables required in the setup and operation of the THSv2. Information provided in the RFI is subject to change and is not binding on the Government. Any information submitted by respondents is voluntary. The USMC has not made a commitment to procure any of the items discussed, and release of this RFI should not be construed as such a commitment or as authorization to incur cost for which reimbursement would be required or sought. All submissions become Government property and will not be returned. Respondents will not be individually notified of the results of any Government assessments. The Government's assessment of the responses received will factor into whether any forthcoming solicitation will be conducted as a full and open competition or as a set-aside for small business, or any particular small business program.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/USMC/Contracts_Office_CTQ8/M67854-17-I-1256/listing.html)
 
Place of Performance
Address: 2200 Lester Street, Quantico, Virginia, 22134, United States
Zip Code: 22134
 
Record
SN04680969-W 20170917/170915232359-d27dbf2dd56fb47b1e7ccfef689d0d38 (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.