SOURCES SOUGHT
D -- Counter-Rocket, Artillery, Mortar (C-RAM) Contractor Manning Effort
- Notice Date
- 3/23/2010
- Notice Type
- Sources Sought
- NAICS
- 541712
— Research and Development in the Physical, Engineering, and Life Sciences (except Biotechnology)
- Contracting Office
- Defense Information Systems Agency, Procurement Directorate, DITCO-Scott, 2300 East Dr., Building 3600, Scott AFB, Illinois, 62225-5406, United States
- ZIP Code
- 62225-5406
- Solicitation Number
- JF0003
- Archive Date
- 4/17/2010
- Point of Contact
- James J Franey, Phone: 618-229-9346
- E-Mail Address
-
james.franey@disa.mil
(james.franey@disa.mil)
- Small Business Set-Aside
- N/A
- Description
- Request for Information (RFI) for DEFENSE INFORMATION SYSTEMS AGENCY (DISA) Counter-Rocket, Artillery, Mortar (C- RAM) Contractor Manning Effort Contracting Office Address: Defense Information Systems Agency, DITCO-Scott PL8313, P.O. 2300 East Drive, Bldg 3600, Scott AFB, IL, 62225-5406 Description: PURPOSE : The Defense Information Systems Agency (DISA), and the U.S. Army Program Directorate (PD), Counter-Rocket, Artillery, Mortar are conducting this Request for Information (RFI) as market research to determine sources with competencies to p rovide fully trained and qualified operators, and unit-level maintainers to operate, and sustain all Counter-Rocket, Artillery and Mortar (C-RAM) Sense and Warn (SnW) components at up to 22 Forward Operating Bases (FOBs) located in areas of hostility as defined by the U.S. State Department. This will include providing a workforce management structure to direct, control, and communicate with C-RAM operating teams down to the FOB-level, and report systems operational status to the Government Technical Monitor as required. The C-RAM SnW System of Systems (SoS) integrates the following: indirect fire (IDF) sensors; a local area network (LAN); a command and control (C2) suite consisting of Forward Area Air Defense Command and Control (FAAD C2)/C-RAM C2, and the Air & Missile Defense Work Station (AMDWS); and the Wireless Audio Visual Emergency System (WAVES). THE GOVERNMENT DOES NOT INTEND TO AWARD A CONTRACT ON THE BASIS OF THIS RFI OR REIMBURSE ANY COSTS ASSOCIATED WITH THE PREPARATION OF RESPONSES TO THIS RFI This RFI is issued solely for information and planning purposes and does not constitute a solicitation. All information received in response to this RFI marked Proprietary will be handled accordingly. Responses to the RFI will not be returned. Whatever information is provided in response to this RFI will be used to assess tradeoffs and alternatives available for determining how to proceed in the acquisition process for PD C-RAM contractor manning efforts. In accordance with FAR 15.201(e), responses to this RFI are not offers and cannot be accepted by the Government to form a binding contract. This RFI is a request for all interested parties including small businesses to describe their technical capabilities and demonstrated experience with support for PD C-RAM. All interested contractors are requested to provide written response to the questions below. A response to this RFI is necessary in order to assist DISA in determining the potential levels of interest, adequate competition, and technical capability within the Small Business Community to provide the required services. In addition, this information will also be used to assist DISA in establishing a basis for developing any subsequent potential subcontract/small business participation plan and/or small business goal percentages. Sources Sought This Sources Sought Synopsis is requesting responses to the following criteria from interested parties that can provide the required services under the North American Industry Classification System (NAICS) Code 541712 and 541512. This Synopsis is encouraging responses from any qualified and capable source, including Small Businesses, Service Disabled-Veteran Owned Small Businesses, Veteran-Owned Small Businesses, Women-owned Small Businesses, HUBZone Small Businesses, Small Disadvantaged Small Businesses, Historically Black Colleges and Universities/Minority Institutions, Small Business Joint Ventures, Consortiums and Teaming Partners. This Sources Sought Synopsis is issued to assist the agency in performing market research to determine whether or not there are two or more qualified and capable Small Businesses to provide the aforementioned service. In order to make a determination for a small business set-aside, two or more qualified and capable small businesses must submit responses that demonstrate their qualifications. Responses must demonstrate the company's ability to perform in accordance with the Limitations on Subcontracting clause (FAR 52.219-14). Interested small businesses meeting the small business standard of NAICS code 541712 and 541512 are requested to submit a response to the Contracting Officer within 10 calendar days of issuance of this RFI. Late responses will not be considered. Responses should provide the business's DUNS number and CAGE code and include a statement of self certification under the NAICS code. Additionally, responses should include recent (within the past three years or work that is on-going) and relevant experience (work similar in type and scope) to include contract numbers, project titles, dollar amounts, and points of contact with telephone numbers where the responder performed the relevant work. Marketing brochures and/or generic company literature will not be considered. Not addressing all the requested information may result in the Government determining the responder is not capable of performing the scope of work required. Please note that personnel with current DoD Secret clearances (minimum) and specified personnel with current NATO Secret clearance will be required at contract award. Requested Information: Interested vendors are requested to submit a maximum five (5) page statement of their knowledge, demonstrated experience and capabilities to perform the following: a) Training, employment, operations, operator maintenance, system administration, and mission planning of the following systems. •1) FAADC2 software operating system •2) AMDWS software operating system •3) WAVES software operating system •4) Local Area and Wide Area Network (LAN/WAN) systems •5) Alerting and wireless communications links •6) Lightweight Counter Mortar Radar, AN/TPQ-48 b) Technical and functional activities associated with the tactics, techniques, and procedures of Base Defense Operations Centers (BDOC). c) Use and administration of web-based management information systems used to track equipment accountability, maintenance management, and asset visibility. d) Manage effective organizational structures in an austere environment capable of directing remote teams in the functions of a) through c) above. Describe experience with staffing personnel with, at a minimum DOD Secret clearance, and maintaining a skilled contract workforce. What is the timeframe it would take to get those resources in place with the required skill sets? e) Manage large-scale cost-reimbursement contracts with Earned Value Management System requirements, including validated systems. Responses Responses to this RFI are to be submitted by e-mail to james.franey@disa.mil and RECEIVED by COB 02 April 2010. Responses must be single-spaced, Times New Roman, 12 point font, with one inch margins, and compatible with MS Office Word 2003. Proprietary information and trade secrets, if any, must be clearly marked on all materials. All information received that is marked Proprietary will be handled accordingly. Please be advised that all submissions become Government property and will not be returned. All government and contractor personal reviewing RFI responses will have signed non-disclosure agreements and understand their responsibility for proper use and protection from unauthorized disclosure of proprietary information as described 41 USC 423. The Government shall not be held liable for any damages incurred if proprietary information is not properly identified. Points of Contact Contracting Officer: James Franey Phone: 618-229-9346 E-Mail: James.Franey@disa.mil
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DISA/D4AD/DITCO/JF0003/listing.html)
- Record
- SN02100478-W 20100325/100324000108-1ec879421ca7c30a3d5262028e600ac2 (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 |