Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 15, 2012 FBO #4009
SOURCES SOUGHT

J -- Joint Pacific Alaska Range Complex (JPARC) Integrated Air Defense Systems (JIADS)

Notice Date
11/13/2012
 
Notice Type
Sources Sought
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of the Army, PEO STRICOM, PEO STRI Acquisition Center, 12350 Research Parkway, Orlando, Florida, 32826-3276
 
ZIP Code
32826-3276
 
Solicitation Number
W900KK-13-JIADS
 
Archive Date
12/29/2012
 
Point of Contact
Jill M. Edwards, Phone: 4073804030, Jean M. Borowski, Phone: 4073804261
 
E-Mail Address
jill.edwards@us.army.mil, Jean.Borowski@us.army.mil
(jill.edwards@us.army.mil, Jean.Borowski@us.army.mil)
 
Small Business Set-Aside
N/A
 
Description
GENERAL REQUIREMENT INFORMATON: The Program Executive Office for Simulation, Training and Instrumentation (PEO STRI), in coordination with the U.S. Air Force (USAF) and Joint Pacific Alaska Range Complex (JPARC) has a requirement for Threat Manager Integrated Support for JPARC including operations and maintenance (O&M) of complex Threat Systems, support equipment, system spare parts, special tools, test equipment, and depot level documentation. JPARC is able to field and operate systems to represent realistic Threat capabilities for Red Flag Alaska exercises based at Eielson Air Force Base located near Fairbanks, Alaska, and similar events with the USAF. The Offeror shall ensure all delivered equipment is kept in fully operational order and meets the requirements as set forth by the end user and applicable contract. JPARC support will include full life cycle support, engineering support, technical inspections, foreign and domestic acquisitions, tests and evaluations, domestic and international transportation, site surveys, logistics, storage, maintenance, operations, sustainment, mission support and training. In order to execute JPARC support, the Offeror may provide a permanent onsite Threat manager at JPARC who will perform technical management oversight duties of the range Threat support team on a daily basis, as the Project Management Office's technical representative. The Offeror shall provide personnel who satisfy Intelligence Center Directive (ICD) 704 Personnel Security Standards and Procedures Governing Eligibility for Access to Sensitive Compartmented Information and Other Controlled Access Program Information; ICD 704 dated October 1, 2008. The Offeror will be required to provide an off-site facility certified in accordance with ICD 705 Sensitive Compartmented Information Facilities, May 26, 2010. Location of facility may be determined by Offeror's existing facilities. Additionally, the Offeror shall be in compliance with International Traffic in Arms Regulations (ITARS) standard operating procedures in order to support Threat system acquisitions and deployments and/or Threat Original Equipment Manufacturer spares sustainment and replenishment. The Offeror shall be required to address multiple and complex Diminishing Sources of Supply issues for limited quantity or specialized Threat equipment. The Offeror will be required to provide evidence of experience and expertise in researching, identifying, and sourcing for very limited specialized spare issues. ACQUISITION APPROACH: The Government anticipates the JIADS program will be fulfilled utilizing a competitive contract, with a combination of Cost Plus Fixed Fee (CPFF), Firm Fixed Price (FFP), and/or Time & Materials (T&M) Contract Line Item Numbers (CLINS), in accordance with FAR Part 16.504. The Government will make the award on a Best Value/Trade-off basis. The period of performance is anticipated to be a one (1) year base and four (4) option years. PERIOD OF PERFORMANCE: The period of performance will be a 12 month base period with four (4) one-year options. The total period of performance will not exceed 60 months. TOTAL ESTIMATED DOLLAR VALUE: Approximately $6-$9.75M per year. RESPONSES REQUESTED: Contractors who wish to be considered for this opportunity are requested to respond by submitting a white paper by 14 Dec 12 to the Contract Specialist and Contracting Officer listed below. The white-paper will be submitted in a Microsoft Word document format. The cover page should include company name, address, and points of contact including phone numbers and email addresses. If you plan on teaming, please provide the list of team members. Contractors should confirm, at a minimum, that they possess knowledge and experience in the areas of complex non-US ground based air defense Threat systems, Threat system procurement, spares procurement, acquisition, engineering, deployment, operations, maintenance, maintenance management, strategies, sustainment, and execution in a testing and training environment. The white-paper should demonstrate to the Government how the requirements will be met. All contractors must provide the following information, describing company's capabilities with regard to the following areas: • The prime contractor shall demonstrate successful technical competency in foreign Threat radars, command and control, electronic warfare, electronic counter measures, communications security, native Threat power generation and power distribution systems, air surveillance radars, networking/instrumentation of multiple systems, Department of Defense Information Assurance Certification and Accreditation (DIACAP) policy, and spectrum management. • The prime contractor shall demonstrate the ability to provide a surge capacity to support operations for multiple concurrent exercises in geographically separated locations, up to three (3) concurrent exercises as many as six (6) times a year. • Provide your business size (large, small, socio-economic category, etc.) under North American Industry Classification System (NAICS). The NAICS code is 541330 Engineering Services. • If you are a small business and are expecting to prime this effort, state how you will meet the Limitations on Subcontracting listed in FAR 52.219-14. • Describe your capability to provide cleared personnel, facilities, and capability to collect and process classified material. Include locations of existing or intended secure facilities and level of security currently granted to those facilities. Describe any Teaming arrangements and capabilities of teammates. • Provide proof of performance relative to O&M, sustainment, procurement, transportation, deployment, and life-cycle support for (1) Threat integrated air defense systems (IADS), (2) unmanned Threat systems, (3) manned Threat systems, (4) Threat simulators, (5) and Threat system support equipment • Provide specific experience with Threat systems. Include types, quantities, and complexities of the systems, for example, Integrated Air Defense Systems (IADS) vs. autonomous systems. • Describe Offeror's ability to manage financial and technical resources, including special logistics considerations such as Air Force and Army supply systems. Include recent experience with equipment modification, configuration management, quality control, and risk management. • Describe your ability and experience in performing tasks Outside the Continental United States (OCONUS) with Government Furnished Equipment (GFE). Include experience with ITARS compliance and processing documentation to import/export foreign hardware. • Page Limitaion: 20 TOTAL PAGES MAXIMUM. Font shall not be smaller than industry standard word processor 12-point Times New Roman. DISCLAIMER: This notice is for information and planning purposes only and does not commit the Government to any contractual agreement. This is not a request for proposals. The Government does not intend to award a contract based on responses under this announcement nor otherwise pay for preparing any information sent or the Government's use of the information. Any proprietary information should be so marked. CONTACT INFORMATION: Capabilities Statements along with any and all questions regarding this Sources Sought Notice should be addressed to: Contracting Officer: Jean Borowski, (407) 380-4261, Jean.borowski@us.army.mil Contracting Specialist: Jill Edwards, (407) 380-4030, Jill.edwards@us.army.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/STRICOM/W900KK/W900KK-13-JIADS/listing.html)
 
Place of Performance
Address: Eielson Air Force Base, Farbanks, Alaska, United States
 
Record
SN02929755-W 20121115/121113234548-60847706d5c04d6827fb5f4686ec400d (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.