Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 09, 2009 FBO #2782
SOURCES SOUGHT

D -- Modernization of Signals Intelligence (SIGINT) Training

Notice Date
7/7/2009
 
Notice Type
Sources Sought
 
NAICS
541519 — Other Computer Related Services
 
Contracting Office
ACA, ITEC4 - West, ITEC4 Contracting, Bldg. 61801, Room 3212, Fort Huachuca, AZ 85613-5000
 
ZIP Code
85613-5000
 
Solicitation Number
W91RUS09RXXX1
 
Response Due
7/17/2009
 
Archive Date
9/15/2009
 
Point of Contact
Andy Fainer, 520-533-0269<br />
 
E-Mail Address
ACA, ITEC4 - West
(andy.fainer@us.army.mil)
 
Small Business Set-Aside
N/A
 
Description
1.0 INTRODUCTION This is a Request for Information (RFI) issued by Information Technology, E-Commerce and Commercial Contracting Center West (ITEC4-W) on behalf of the U.S. Army Intelligence Center (USAIC), CIO/G6, Fort Huachuca, AZ and is for the purpose of market research. The project will provide specialized Signals Intelligence )SIGINT) training support to Ft. Huachuca by providing software and analytic course material. The contractor must furnish the necessary personnel, material, equipment and data to successfully perform under this contract. The objective of this project is to improve and assist in the modernization of USAICs training programs and business process through the use of simulated intelligence collection traffic resulting in a realistic training enterprise capable of producing soldiers that can immediately integrate into deploying units of support of the Global War on Terrorism (GWOT). The contractor will be responsible for updating USAICs Signals Intelligence (SIGINT) infrastructure bringing it in parallel with the National Security Agencys (NSAs) current SIGINT Exploitation Capability. SUBJECT: Request for Information (RFI) and sources sought inquiry for service providers and information regarding the commerciality of the services described in the next section and the attached Statement of Work (SOW). Responses are due for this RFI byb 1:00 pm, Arizona Time, on Friday, July 17, 2009. Respondents are solely responsible for all expenses associated with responding to this RFI. The NAICS code is 541519 Other Computer Related Services. 2.0 INFORMATION AND INSTRUCTIONS 2.1 How to Submit: Respondents capable of performing this effort are requested to submit capability packages electronically. All packages should be UNCLASSIFIED material only. The electronic sources sought package shall be e-mailed to andy.fainer@us.army.mil. Packages should not exceed 25, one-sided, 8.5 X 11 inch pages, with one-inch margins and font no smaller than 10 point. For receipt verification, contact Andy Fainer at 520-533-0269 for further instructions. 2.2 Respondents must include the following information with their statement of capability. 1)Does you company intend to submit a proposal in response to the upcoming solicitation as a prime contractor? Teaming Partner? 2) Company Information: Your companys name, address, telephone number, a point of contact with e-mail address, Federal CAGE code, Data Universal Numbering System (DUNS), Central Contractor Registration (CCR) number, business size, security clearance level, and intent to Prime to Sub on lthis effort must be included in the capability package. 3) What experience (types and duration) do your employees have that you consider being relative to this effort? 4) Are there any other factors concerning your companys ability to perform the upcoming effort that USAIC should consider? 5) Respondents are further requested to indicate their status as a foreign-owed/foreign-controlled firm and any contemplated use of foreign national employees on this effort. 6) Provide information on up to three (3) contracts for similar work with the past two (2) years. Include complete references, contract titles, dollar values, points of contact, title and telephone numbers. The Government will evaluate relevant experience information based on (1) information provided by the Offeror; (2) information obtained from the references provided by the respondent, and/or (3) data independently obtained from other Government and commercial sources. 7) Responses to this announcement should indicate whether the respondent is small businesss, 8(a) concern, veteran-owned small business, service-disabled veteran-owned small business, HUBZone small business, small disadvantaged business, women-owned small business or historically black college or university (HBCU) or minority institution (MI). 2.3 TECHNOLOGY QUESTIONS: List your corporate experience with the following: 1) Real-time ingestion, alerting and storage of massive volumes and varieties of forged data from SIGINT, HUMINT, IMINT, and OSINT collection. 2) ICMSP (Intelligence Community Metadata Standards for Publication) 3) Distributed Common Ground Station Army (DCGS-A) architecture 4) NSAs Real Time-Region Gateway (RF-RG) architecture 5) Advanced analytic tools and concepts with the focus areas being Multi-INT fabricated data layer and 6) Tool Replication and Integration 7) How often do you upgrade your hardware/software? How successful are you in migrating to the new technology? 2.4 CONTRACTING QUESTIONS: 1)The Government is considering a firm-fixed-price contract type for this acquisition. Please provide your opinion on the contract type and include supporting rationale. 2) Have you dealt with performance-based contracts before and, if so, describe your successes and challenges? 3) What are the risk mitigation strategies that you suggest to reduce the risk of a firm-fixed-price, performance-based contract? 4) What performance metrics are used for similar requirements? 5) Given those metrics, what are the expectations of performance incentives, either positive or negative? For instance, what performance incentives, either positive or negative motivate industry? 2.5 PROJECT MANAGEMENT QUESTIONS: 1) How do you quantify, measure, track contract performance? 2) How do you provide customer visibility to the project and performance status? 3) How do you ensure cooperation in a multi-vendor environment? 4) What kind of Risk Management Plan approaches do you use? 5) List your experience with providing user level (train-the-trainer) training on advanced analystic tools. 6) Explain how you would incorporate operational scenarios with the focus areas identified as user level training for future military intelligence soldiers. 3.0 GOVERNMENT RESPONSIBILITY This synopsis neither constitutes a Request for Proposal, nor does it restrict the Government to an ultimate acquisition approach. This request for information should not be construed as a commitment by the Government for any purpose. Any information submitted by respondents to this sources sought is strictly voluntary and any offer submitted by such a firm will be evaluated without prejudice. The Government will not pay for any information that is submitted by respondents to this Souces Sought. Offerors should indicate their intent to be a prime contractor. Please direct any questions on this announcement to Andy Fainer at (520) 533-0269, email: andy.fainer@us.army.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/DABL/DABL03/W91RUS09RXXX1/listing.html)
 
Place of Performance
Address: ACA, ITEC4 - West ITEC4 Contracting, Bldg. 61801, Room 3212 Fort Huachuca AZ<br />
Zip Code: 85613-5000<br />
 
Record
SN01866832-W 20090709/090707235937-5cc809a488cf85937887f5f6a28ee662 (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.