Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 02, 2017 FBO #5853
MODIFICATION

J -- THREAT SYSTEMS OPERATIONS AND MAINTENANCE SUPPORT

Notice Date
11/30/2017
 
Notice Type
Modification/Amendment
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of the Army, Army Contracting Command, ACC - Orlando (W900KK), 12211 Science Drive, Orlando, Florida, 32826-3224, United States
 
ZIP Code
32826-3224
 
Solicitation Number
W900KK-18-R-0018
 
Archive Date
1/2/2018
 
Point of Contact
Byron E. Perez, Phone: 407-384-3835, Jean Borowski, Fax: 407-380-4261
 
E-Mail Address
Byron.E.Perez.Civ@mail.mil, jean.m.borowski.civ@mail.mil
(Byron.E.Perez.Civ@mail.mil, jean.m.borowski.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
SOURCES SOUGHT NOTICE THREAT SYSTEMS OPERATIONS AND MAINTENANCE INTEGRATED SUPPORT (TSOMIS) W900KK-18-R-0018 Army Contracting Command - Orlando (ACC - Orlando), through U.S. Army Program Executive Office for Simulation, Training and Instrumentation (PEO STRI) at Orlando, FL has a requirement for integrated, operation, maintenance and technical service to support testing and training of US Army Weapon Systems. The support services will primarily be provided at White Sands Missile Range and at Redstone Arsenal, Huntsville, AL, but support for testing may be required at various location within the U.S and overseas. This requirement includes providing all management, labor and support services to maintain and operate electronic warfare (EW) simulators and threat Information Operations (IO) environments for testing and training in live, virtual and constructive environments. The Contractor shall provide services to deploy, operate, maintain and redeploy relevant threat signals simulators, including unique injection jamming devices, virtual training, virtual infrastructure and foreign commercial cell phone systems in a live, virtual and constructive (LVC) electronic warfare (EW) environment. In addition, the contractor shall integrate operating software for incorporation and support of electronic attack, electronic surveillance and electronic protection in the EW environment. The contractor will also provide threat information operations (IO) environments in which they will provide infrastructure and test capacity for portrayal of validated operationally realistic threat representative environments in support of Army test and training requirements. Capabilities maintained under this contract will integrate with other threat systems including threat mission command systems such as the integrated threat force (ITF) and their respective live and simulation environments depicting LVC threat assets. The operational capability delivered will integrate with the ITF by providing an opposing ("Red") Commander at test and/or training events with the mission command structure to enable a real-time response in a "free play" environment; a capability far beyond merely following a scripted exercise. A draft Performance Work Statement (PWS) is included in this posting. For purposes of this Sources Sought Notice, the attachments referenced at the end of the PWS will not be made available. This requirement is a non-commercial contract. Award will be made in the form of a Single Award, Indefinite Delivery/Indefinite Quantity (IDIQ) Contract to one responsible offeror and orders will be issued against the IDIQ as need arises. Tasking will be by individual task order (TO) specifying the services to be provided from the basic contract. A cost plus fixed fee and firm fixed-price IDIQ type contract is anticipated for this effort with a five year ordering period, and two option year periods. The acquisition is estimated at a maximum dollar value of $152,000,000. The basic contract will specify the requirements to be delivered in accordance with the PWS. Responses should include a narrative identifying the scope of past and present (within the last 3 years) relevant experience on similar contracts, indicating if it was in the U.S.A. or in foreign country (include dollar value, complexity and point of contact), a description of capabilities to perform the subject effort, any comments on the draft PWS, and any alternative approaches to satisfying the subject requirement. For purposes of reporting business size, the applicable North American Industry Classification Systems (NAICS) Code for this requirement is 541330, Engineering Services with a size standard of $38.5M in average annual receipts and the Product Service Code is J069, Maintenance, Repair and Rebuilding of Equipment - Training Aids and Devices. Brevity of extraneous information is desired. Responses to Sources Sought Notice Responses should include a narrative to demonstrate your capabilities and knowledge with ground and airborne threat systems of this magnitude. Specifically, interested contractors shall: 1. State the scope of past and present (within the last 3 years) relevant experience on similar contracts, identify specific areas of relevant experience related to the PWS. Include dollar value of contract, whether performed as a prime or subcontractor, complexity and point of contact. 2. Demonstrate your knowledge and capabilities with ground and airborne threat systems. Specifically, include your knowledge and capabilities with operations, maintenance, sustainment and execution in a testing and training environment of threat systems; 3. Provide types of systems (ground and/or airborne) in which provided operations and maintenance support. 4. Provide specific experience with threat systems and threat history; 5. Describe your ability and experience to provide personnel cleared to the Top Secret/Sensitive Compartmented Information (TS/SCI) level; 6. Describe your ability and experience to manage engineering resources, including logistics challenges, equipment modification, configuration management and quality control issues, risks and mitigation plans. 7. Describe your ability and experience in performing tasks outside the Continental United States (OCONUS); 8. If you are a small business prime contractor, state how you will meet the Limitations of Subcontracting stated in FAR 52.219-14. Include any teaming arrangements anticipated and type of tasking to be performed. 9. Small businesses interested in subcontracting, please be specific in identifying capabilities that support the areas you have an interested in. 10. Provide any alternative approaches to satisfying the subject requirement. 11. Potential sources must identify their business type (i.e., small business, large business, small disadvantaged business, 8(a) certified business, woman-owned business, etc). Information should be sent via e-mail to Byron.E.Perez.Civ@mail.mil as primary and as an alternative to jean.m.borowski.civ@mail.mil. Alternative submittal methods by mail to: ACC-Orlando, ATTN: Bravo Division (Bryon Perez), 12211 Science Drive, Orlando, FL 32826-3224. Responses are requested by 18 December 2018. The submission of this information is for Planning Purposes only and is not to be construed as a commitment by the government to procure any services, or for the government to pay for the information received. No solicitation document exists at this time. Technical questions concerning this requirement shall be directed to Threat Systems Management Office, Richard A. Jodoin, Jr, via email at richard.a.jodoin.civ@mail.mil or by telephone at (256) 876-8614. All other questions concerning this requirement should be directed to Contract Specialist, Byron Perez, via email or by telephone at (407) 384-3835, or the Procuring Contracting Officer Jean Borowski by email or by telephone (407) 380-4261.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/8077d0802dc9f4b9d8b7efcbe7b00316)
 
Place of Performance
Address: White Sand Missile Range, New Mexico, las cruces, New Mexico, 88001, United States
Zip Code: 88001
 
Record
SN04752985-W 20171202/171130231527-8077d0802dc9f4b9d8b7efcbe7b00316 (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.