Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF OCTOBER 23, 2017 FBO #5813
SOURCES SOUGHT

10 -- Persistent Surveillance Systems - Tethered Follow On Contract

Notice Date
10/21/2017
 
Notice Type
Sources Sought
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of the Army, Army Contracting Command, ACC - APG (W56KGY) Division C, 6001 COMBAT DRIVE, Aberdeen Proving Ground, Maryland, 21005-1846, United States
 
ZIP Code
21005-1846
 
Solicitation Number
PersistentSurveillanceSystems-Tethered
 
Archive Date
12/5/2017
 
Point of Contact
Thomas Frank, Phone: 7037049379, Brian Holman, Phone: 4438614765
 
E-Mail Address
thomas.m.frank.civ@mail.mil, Brian.J.Holman2.civ@mail.mil
(thomas.m.frank.civ@mail.mil, Brian.J.Holman2.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
The Army Contracting Command - Aberdeen Proving Ground is issuing this sources sought synopsis as a means of conducting market research to identify parties having an interest in and the resources to support the requirement for program management, engineering, operations, and logistics for the Persistent Surveillance Systems-Tethered (PSS-T) program. The intention is to procure these services on a competitive basis. BASED ON THE RESPONSES TO THIS SOURCES SOUGHT NOTICE/MARKET RESEARCH, THIS REQUIREMENT MAY BE SET-ASIDE FOR SMALL BUSINESSES (IN FULL OR IN PART) OR PROCURED THROUGH FULL AND OPEN COMPETITION, and multiple awards MAY be made. All small business set-aside categories will be considered. Telephone inquiries will not be accepted or acknowledged, and no feedback or evaluations will be provided to companies regarding their submissions. PLACE OF PERFORMANCE Various locations in CENTCOM, AFRICOM, PACOM, EUCOM, and SOUTHCOM, and NORTHCOM, including, but not limited to: Contractor facility; Tobyhanna US Army Depot, Tobyhanna, PA; Yuma Proving Ground, AZ; Joint Base McGuire-Dix-Lakehurst, NJ; and Sierra Army Depot, Herlong, CA. DISCLAIMER THIS SOURCES SOUGHT IS FOR INFORMATIONAL PURPOSES ONLY. THIS IS NOT A "REQUEST FOR PROPOSAL (RFP)". THIS ANNOUNCEMENT DOES NOT CONSTITUTE A SOLICITATION AND SHALL NOT BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT. RESPONSES IN ANY FORM ARE NOT OFFERS AND THE GOVERNMENT IS UNDER NO OBLIGATION TO AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCEMENT. NO FUNDS ARE AVAILABLE TO PAY FOR PREPARATION OF RESPONSES TO THIS ANNOUNCEMENT. ANY INFORMATION SUBMITTED BY RESPONDENTS TO THIS TECHNICAL DESCRIPTION IS STRICTLY VOLUNTARY. RESPONSES WILL NOT BE RETURNED TO THE RESPONDER. NOT RESPONDING TO THIS NOTICE DOES NOT PRECLUDE PARTICIPATION IN ANY FUTURE REQUEST FOR QUOTE (RFQ) OR INVITATION FOR BID (IFB) OR RFP, IF ANY IS ISSUED. IF A SOLICITATION IS RELEASED, IT WILL BE SYNOPSIZED ON THE GOVERNMENT-WIDE POINT OF ENTRY (GPE). IT IS THE RESPONSIBILITY OF POTENTIAL OFFERORS TO MONITOR THE GPE FOR ADDITIONAL INFORMATION PERTAINING TO THIS REQUIREMENT. PROGRAM BACKGROUND The Product Director (PD) Aerostats is designated with responsibility for, and authority to accomplish, PSS-T program objectives for development, production, and sustainment to meet the user's operational needs. In accordance with these assignments, PD Aerostats is responsible for 58 program of record (POR) PSS-T aerostats and 19 quick reaction capability contingency stock aerostats. PSS-T provides persistent, integrated, networked, and multi-sensor information collection by operating for long periods of time at an altitude to maximize the line of sight and field of regard of on-board systems. The PSS-T systems are command, control, communications, computers, intelligence, surveillance and reconnaissance (C4ISR) platform equipped with a variety of sensors to fulfill force protection, communication, and surveillance missions. PSS-T is required to be employed during all phases of theater operations. PSS-T is responsive to the ground component of a joint warfighting force by providing weather-dependent, persistent surveillance at operating locations throughout the operational area and directly enhancing the commander's situational understanding. ELIGIBILITY The applicable North American Industry Classification System (NAICS) code for this requirement is 541330 -- Engineering Services with a Small Business Size Standard of $38.5M. Businesses of all sizes are encouraged to respond; however, each respondent must clearly identify their business size in their capabilities statement. CONFIDENTIALITY No classified, confidential, or sensitive information should be included in your response. Proprietary information is acceptable but must be marked as proprietary. The Government reserves the right to use any non-proprietary technical information in any resultant solicitation(s). QUESTIONS TO THIS ANNOUNCEMENT All questions pertaining to this announcement are due within seven (7) calendar days after release of this RFI. Only one (1) set of questions per company will be accepted, and must be submitted via electronic mail (e-mail) within seven (7) calendar days after release of this RFI. Telephone requests will not be accepted. TELECONFERENCES / SITE VISITS The Government may determine that additional information is required from respondents to assess their capability. The Government may request that respondents support a teleconference and/or site visit to further review processes, supporting documentation, facilities, and other company credentials/resources. SPECIAL REQUIREMENTS A Department of Defense (DD) Form 254 Contract Security Classification Specification shall apply to this requirement and the prime contractor shall have or demonstrate ability to obtain a Top Secret facility clearance with the ability to obtain sensitive compartmented information (SCI) no later than the time of contract award. Personnel clearances may be obtained after contract award, but must be in place prior to individuals beginning work on the program that would require access to classified information. OTHER INFORMATION The estimated period of performance consists of five (5) years with performance, beginning April 2019 through April 2024. Specific information regarding any option periods will be provided in the solicitation, if one results. The contract type is anticipated to be indefinite delivery / indefinite quantity with cost plus fixed fee and firm fixed price lines items. The level of effort for five (5) years is estimated at 10,000,000 man-hours. The contract ceiling is estimated to be between $800M to $1B. The proposed contract is anticipated to include taskings that would be accomplished by labor categories that are subject to the Service Contract Act or a collective bargaining agreement. Upon evaluation of the capability statements, if it is determined that this requirement will be an unrestricted competition, the Government intends to evaluate the small-business responses and conduct further market research to identify a subcontracting goal. SUBMISSION DETAILS Interested parties are requested to submit a capabilities statement of no more than 50 pages in length in Times New Roman font of not less than 10 point. Responses shall be submitted via e-mail. The size per e-mail cannot exceed 15MB. The deadline for response to this request is no later than 1700, EST, 3 November 2017. All responses under this Sources Sought Notice must be e-mailed to William Kwan, william.k.kwan.civ@mail.mil, Thomas Frank, thomas.m.frank.civ@mail.mil, and Anthony Hamilton, anthony.n.hamilton6.civ@mail.mil. REQUIREMENTS The Government will evaluate market information to ascertain potential market capacity to perform the requirements of a product support integrator (PSI) for the PSS-T aerostat program. The PSI is responsible for providing all services to maintain operational ready PSS-T aerostats in multiple theatres, meet POR objectives, and urgent warfighter requirements. Respondents shall address each of the service requirements below (program management, engineering, operations, and logistics) by describing: •The work your company performed in the past in support of the same or similar requirement •Processes, procedures and tools used to successfully perform the same or similar requirements •The full range of corporate financial, human capital, and technical resources required to successfully perform the same or similar requirements •Company's ability to scale its capacity, and adapt its tools, processes and procedures to meet the requirements of the PSS-T program PSI 1.Program Management: a.Teaming/partnership arrangements and relevant services that each partner will provide to include: program management, engineering, operations, and logistics support services. Provide details as to whether your company has managed a team of subcontractors on a task of this nature. b.Subcontract management processes that ensures flow down of all necessary contractual and program requirements, efficient work authorization, quality control, and oversight of subcontractors employed. c.Organization/team control and management of company processes, include management oversight, reporting, standards, risk management, scheduling, and cost control. d.Commercial sources of supplies for services and parts to support PSS-T requirements. e.Foreign business licenses, import/export licenses, and foreign labor law compliance. 2.Engineering: a.Product acceptance including system, subsystem, and component quality, verification, and testing at all levels, including lower tier subcontractors and suppliers. b.Engineering security solutions for forward deployed and/or tactical systems. This should include the design, preparation, and knowledge of all the required steps, documentation, and actions needed to accredit the system under the risk management framework process, DoDI 8500.01 and DoDI 8510.01 and National Institute of Standards and Technology (NIST) guidelines. c.Integration, test, and validation of new and modified C4ISR equipment and aerostat systems, including quick turnaround engineering changes, prototypes, and modifications to aerostat airframes, avionics, telemetry, sensor and communication equipment, mobile mooring stations, ground control stations, and other auxiliary equipment. d.Development and sustainment of software for aerospace applications, (i.e., flight control software, ground control software, test & evaluation software) and maintaining common software suite for a Government POR that consists of multiple hardware platforms. e.Configuration management of multiple complex systems in a contiguous United States (CONUS) and outside contiguous United States (OCONUS) setting, while concurrently executing a high volume of requests for variance and engineering change proposals. This should include discussion on establishing and maintaining consistency of a product's performance, functional, and physical attributes with its requirements, design, and operational information throughout the deployment, operations, and support life cycle phases. The discussion should also include obsolescence management, compilation and tracking of technical data. f.Integrate network and other non-traditional computing/networking components such as serial servers, navigation systems, computer servers, video encoders and approved system payloads into Army systems' network infrastructure. 3.Operations: a.Support to a dynamic aerostat program. Include all CONUS and OCONUS functions, organizational constructs, relationships, roles, and responsibilities. b.Perform aerostat flight operations, launch and mooring processes and procedures, operations of associated sensors, data recording, storyboard development, weather operations, preventative maintenance checks and services (PMCS) performance, and overall aerostat reporting. c.Above user-level and depot-level maintenance requirements for aerostat systems and payloads. d.Implement a training program to qualify aerostat operators, such as; manuals, documentation, and training aids that your company uses to certify operators e.Ensuring maximum operational readiness in the following areas: i.Continuity of Operations ii.Reachback Support iii.Disaster Recovery iv.System Maintenance v.Information Assurance Vulnerability Management vi.Incident Handling/Incident Response 4.Logistics: a.Accurate and timely inventory management to maintain minimum stock levels for hubs in various geographical locations and total asset visibility in accordance with Department of Defense standards for aerostat systems at multiple locations. b.Sustaining program materiel and supporting documentation, e.g., provisioning technical database, technical manuals, training support package and engineering drawings. c.Sustaining industrial capacity, facilities and infrastructure necessary to support warehousing, production, repair, long-term storage, test, training, experimentation, and operations support. d.Packaging, shipping and transportation operations to include spare/repair parts, support equipment and kits, and entire systems to meet commercial and military shipment directives and regulations. e.Establishing public-private partnership to take maximum advantage of the unique capacities and resources of Government and Industry. COMPANY INFORMATION a.Please provide the following point of contact information: i.Company: ii.Mailing Address: iii.Web Address: iv.Point of Contact Name: v.Point of Contact Title: vi.Phone Number: vii.Email Address: viii.Fax Number: b.Please identify your company's small business size standard based on the primary NAICS code of 541 -- Professional, Scientific, and Technical Services/541330 -- Engineering Services. The small business size standard for this NAICS code, using the exception for Military and Aerospace Equipment and Military Weapons, is $38.5 Million. For more information refer to http://www.sba.gov/content/table-smallbusiness- size-standards. Provide a statement including current small/large business status and company profile to include number of employees, annual revenue history, office location, DUNS number, etc. Please identify if your business is categorized as a small business by the SBA, or any of the following subcategories: •Small Business (SB) Concern •8(a) •Small Disadvantaged Business •Woman-Owned Small Business •Historically Underutilized Business Zone •Veteran-Owned Small Business •Service-Disabled Veteran-Owned Small Business c.If you identify your company as a SB or any of the SB subcategories as outlined in Question 1.b, is your company interested in a prime contract for the PSS-T requirement? d.Under the current SB recertification regulations, do you anticipate your company remaining a SB through FY18 under primary NAICS Code of 541 -- Professional, Scientific, and Technical Services/541330 - Engineering Services? If you are a SB, please answer questions 1.d.i & ii. All others skip to Question 1.e. i.What percentage of this requirement do you plan to perform in house (i.e., not subcontract out)? Describe how your company would be compliant with FAR 52.219-14, which states that at least 50% of the total contract cost (i.e., both services and supplies) will be incurred by the small business prime contractor. Provide an explanation of your company's ability to perform at least 50% of the tasking described herein. ii.If you are a SB, please demonstrate that your company has adequate resources, financial or otherwise, to perform the requirement. e.Is your company currently providing similar services to another government agency or other non-government customer? If so, please identify the agency or non-government customer (you may also include contract numbers for government customers). If you are unwilling to share your customer's identity, please address whether your company offers the same or similar services commercially. f.Please identify your company's past and current customers to which you provided this type of service or similar services, including a customer/company name and point of contact, phone number and address/e-mail where they can be contacted. g.Does your company have acceptable contractor business systems? Please provide details regarding each system as identified in DFARS 252.242-7005. h.Please identify the company's facility clearance level and safeguarding capability level. Also indicate the number of company employees and their position(s) that currently possess or are eligible for SECRET and TOP SECRET clearances. i.Please state if you company is willing to host the Government for a site visit to further review and validate company credentials, capabilities, processes, equipment, and documentation.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/30264c2f22288f207e0fc96123232fc6)
 
Record
SN04719642-W 20171023/171021230053-30264c2f22288f207e0fc96123232fc6 (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.