SOLICITATION NOTICE
R -- Electronic Warfare Integrated Reprogramming (EWIR) Analysis, Production and Process Support
- Notice Date
- 5/13/2011
- Notice Type
- Presolicitation
- NAICS
- 541330
— Engineering Services
- Contracting Office
- National Ground Intelligence Center, ATTN: IANG-CS-LO/MS204, 2055 Boulders Road, Charlottesville, VA 22911-8318
- ZIP Code
- 22911-8318
- Solicitation Number
- W911W5-11-R-0010
- Response Due
- 7/31/2011
- Archive Date
- 9/29/2011
- Point of Contact
- William T. Bickley, 434-980-7596
- E-Mail Address
-
National Ground Intelligence Center
(william.t.bickley@us.army.mil)
- Small Business Set-Aside
- N/A
- Description
- THIS IS A PRE-SOLICITATION NOTICE. This Pre-solicitation notice is issued by the National Ground Intelligence Center (NGIC) to announce that it intends to issue RFP W911W5-11-R-0010 for Electronic Warfare Integrated Reprogramming (EWIR) Analysis, Production and Process Support. It does not constitute a formal solicitation, Request for Proposal (RFP) or a promise to issue a formal solicitation, RFP or Broad Area Announcement (BAA). The primary purpose of this notice is to improve small business access to acquisition information and enhance competition. Responders are advised that the U.S. Government will not pay any cost incurred in response to this synopsis and all costs associated with responding will be solely at the interested parties' expense. Not responding to this synopsis does not preclude participation in any future and potential solicitation, or RFP. If a formal solicitation is released, it will be issued via the Army Single Face to Industry (ASFI) Acquisition Business Web Site (https://acquisition.army.mil/asfi/) and posted on the Federal Business Opportunities (https: //www.fbo.gov) web site. It is the responsibility of the potential offerors to monitor these websites for any information that may pertain to this synopsis. The information provided in this synopsis is subject to change and is not binding on the Government. 1) Description: This requirement is for analytical, production and process support to the TECHELINT Branch (PME-MAT) of the U.S. Army National Ground Intelligence Center (NGIC) in every aspect of Electronic Warfare Integrated Reprogramming Database (EWIRDB) production. The Contractor will perform specific tasks in the areas of information gathering, data reduction, signals analysis, engineering assessment, product preparation and production process enhancement that will support NGIC's efforts to accomplish nationally mandated EWIR production and enable NGIC's TECHELINT Branch to realize significant improvements in production quantity, quality and efficiency. This work is being undertaken during a time of transition, evolution and challenge for the entire EWIR Community as we re-orient our production efforts from the Legacy EWIRDB to the new, and much more robust, Next-Generation EWIR System (NGES). The estimated period of performance is August 2011 to August 2016. During the contract period, NGIC personnel will identify Electronic Warfare Integrated Reprogramming Database (EWIRDB) production tasks and the Contracting Office will negotiate and issue individual task orders to the Contractor to complete them. Additionally, the contract will allow basic research into advanced electronic, electro-optic, and weapon system technologies. Based upon these technical, engineering, and analytical examinations, the contractor shall prepare technical reports, create and maintain database entries, and submit regular status reports. Such reports may include results of test measurements, engineering judgments, technology assessments, signals analyses, and conclusions of devices' operability and/or operational effectiveness. Results are usually held at the SECRET level, but may be at a higher level classification. Sources must be able to work at the TOP SECRET//SCI level, must comply with security requirements as set forth in the Contract Security Classification Specification (DD Form 254). A draft Contract Security Classification Specification (DD Form 254) will be released with the RFP. 2) Prospective sources, possessing the qualifications, capability, and experience to respond to this source's sought are to submit proposals in response to the RFP that will be available on the Federal Business Opportunities website (www.fbo.gov) in approximately two weeks, on, or about, May 31, 2011. 3) A sample task order is part of the RFP. In order to respond to the sample task order, your firm will need access to classified reference documents that are associated with the sample task order. These reference documents are classified SECRET//NOFORN, and your response to the sample task order will be classified SECRET//NOFORN. This portion of the RFP is not subject to the Freedom of Information Act (FOIA). Proof of clearances must be submitted and verified before these classified reference documents will be released to your firm. Your firm will need these documents in order to respond to the sample task order, however SIPRnet access will NOT be required to view the documents or prepare your response. Since the required reference documents are classified SECRET//NOFORN, distribution to non-US citizens is prohibited, regardless of their clearance or access permissions. Verification of US Citizenship will be required prior to the release of the reference documents. Firms must submit the following contact information to the NGIC Contracting Office via e-mail (please enter EWIR W911W5-11-R-0010 in the subject line of the e-mail) at NGICContracting@mi.army.mil, william.t.bickley@mi.army.mil and jessica.winn@mi.army.mil: a.Name of Contractor/Company/Firm b.Point of Contact/Contractor's representative (US citizen only) c.Copy of POC documentation of US citizenship d.Cage Code e.Contractor's address f.Contractor's phone number g.Contractor's NIPRnet e-mail address The classified portion of the RFP will be distributed via registered mail or certified courier within 24 hours of the solicitation (W911W5-11-R-0010) being posted on the Federal Business Opportunities website. Offerors are encouraged to send the required contact information to the NGIC Contracting Office during the Pre-solicitation period, however, contact information will also be accepted prior to and during the request for proposal period. Once the firm's cage code has been verified in the Army Contractor Automated Verification System (ACAVS), contractors will be eligible to receive the classified portion of the RFP via registered mail or certified courier. Please be advised that the ACAVS verification process may take 3-5 days and the registered mail or certified courier process may take 3-5 days. 4) Additional Information: a. It is anticipated that the Electronic Warfare Integrated Reprogramming (EWIR) Analysis, Production and Process Support contract will be a cost plus fixed fee (CPFF) indefinite delivery/indefinite quantity (IDIQ) type for analysis and consulting services. The base period of performance is 365 days. b. In accordance with DFARS 252.204-7004, contractors must be registered in the Central Contractor Registration (CCR) prior to award of solicitations issued after 31 May 1998. Registration may be accomplished at http://www.ccr.gov, or telephone at 1-888-CCR-2423. Every solicitation issued after 31 May 1998 must include the clause at DFARS 252.204-7004, "Required Central Contractor Registration. c. Hard copies of the RFP will NOT be provided; however, you may download and print the file from the website. d. There is no fee for this RFP. e. A registration page will be attached to the RFP posted on the Federal Business Opportunities website. You are not required to register; however, when you register you will receive notice of any amendments and/or addendums that may be issued to the solicitation. If you have not registered, it will be your responsibility to check the website for any changes to the solicitation. f. Contractors shall provide a signed copy of the SF33/SF18/SF1449 by the proposal closing date specified in the RFP. There will not be a public bid opening. g. Proprietary information, if any, should be minimized and MUST BE CLEARLY MARKED and completely separated. Be advised that no submissions will be returned. h. Responses to the RFP may be evaluated by Government technical experts. The program office has contracted for various non-government scientific, engineering, technical and administrative staff support services, some of which require contractors to obtain access to proprietary information submitted by other contractors. All non-government contractor support personnel have signed and are bound by the appropriate non-disclosure agreements and organizational conflict of interest statements. The Government may also use these selected support contractor personnel as technical advisors in the evaluation of submissions. Non-government staff support personnel will not have access to documents that are labeled by the offerors as Government Access Only. 5) Questions: Submit questions to Tom Bickley, Contract Specialist, at william.t.bickley@mi.army.mil or Jessica Winn, Contracting Officer, at jessica.winn@mi.army.mil on, or before, 3:00 PM (local Eastern Time), on May 23, 2011.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/INSCOM/DASC02/W911W5-11-R-0010/listing.html)
- Place of Performance
- Address: National Ground Intelligence Center ATTN: IANG-CS-LO/MS204, 2055 Boulders Road Charlottesville VA
- Zip Code: 22911-8318
- Zip Code: 22911-8318
- Record
- SN02447274-W 20110515/110513234234-4998af454609d29fe820830f4989b250 (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 |