SOURCES SOUGHT
J -- Market Survey for Joint Enterprise Chemical, Biological, Radiological, Nuclear, & High Yield Explosives Logistics (JECL)
- Notice Date
- 6/21/2013
- Notice Type
- Sources Sought
- NAICS
- 811219
— Other Electronic and Precision Equipment Repair and Maintenance
- Contracting Office
- ACC-APG - Edgewood, ATTN: AMSSB-ACC-E, 5183 Blackhawk Road, Aberdeen Proving Ground, MD 21010-5424
- ZIP Code
- 21010-5424
- Solicitation Number
- W911SR-13-JECL
- Response Due
- 7/11/2013
- Archive Date
- 8/20/2013
- Point of Contact
- Michael Velez, 410-436-8446
- E-Mail Address
-
ACC-APG - Edgewood
(michael.velez5@us.army.mil)
- Small Business Set-Aside
- N/A
- Description
- This requirement defines Joint Enterprise Chemical, Biological, Radiological, Nuclear, & High Yield Explosives (CBRNE) Logistics (JECL) for the Joint Program Executive Office for Chemical and Biological Defense (JPEO-CBD) and all subordinate Joint Project Managers (JPM) and their product offices. The Government anticipates this effort will be a Multiple Award Indefinite Delivery/Indefinite Quantity (ID/IQ) contract with, when applicable, performance based task orders. The cumulative total of all task orders projected to be awarded to all awardees is not expected to exceed $750,000,000 over the life of the contract. The JPEO-CBD, Aberdeen Proving Ground, MD is conducting market research to determine qualified, experienced, and interested potential sources to better define the available industrial base. The purpose of this effort is to provide Contractor Logistics Support (CLS) services (operation, maintenance and supply support) for highly complex, low-density systems for detection, mounted and dismounted reconnaissance, individual and collective protection, decontamination, and force protection (FP) against Chemical, Biological, Radiological, Nuclear, and High Yield Explosives (CBRNE) threats for the United States Army (Army), United States Army Reserve (USAR), National Guard, United States Marine Corps (Marines), United States Air Force (Air Force) United States Navy (Navy), and other Government organizations (OGA), operating in the Contiguous United States (CONUS) and Outside CONUS (OCONUS) to include, but not limited to: Europe, Korea, Hawaii, Alaska, Afghanistan, Kuwait, Qatar, Jordan and other Southwest Asia locations. CLS will be required during peacetime and contingency operations. Systems covered under this support contract include, but is not limited to: the Joint Biological Point Detection System (JBPDS); Biological Integrated Detection System (BIDS); Joint Biological Standoff Detection System (JBSDS); Joint Portal Shield (JPS); Joint Nuclear Biological Chemical Reconnaissance System Increment 2 (JNBCRS2); and Advanced Threat - Dismounted Reconnaissance System (AT-DRS); Dismounted Reconnaissance Sets, Kits and Outfits (DR SKO); Non Intrusive Inspection Systems (NIIS); Entry Control Points (ECP); and the Nuclear, Biological, Chemical Reconnaissance Vehicle Sensor Suite: Joint Service Lightweight Standoff Chemical Agent Detector (JSLSCAD), Chemical Biological Mass Spectrometer II (CBMS); Nuclear, Biological, Chemical Reconnaissance Vehicle (NBCRV) Nuclear, Biological, Chemical Sensor Processing Group(SPG); Chemical Vapor Sampling System (CVSS); and METSMAN (part of SPG). NIIS scanning equipment provides critical Force Protection measures to safeguard and protect soldiers from hidden Improvised Explosive Devices (IEDs) and other contraband not visible to the human eye. ECP equipment provides perimeter protection to a Forward Operating Base from movement of personnel or vehicles. Additional unforeseen systems not listed above, that fall under JPEO-CBD's responsibility and require CLS, may be supported by this contract. To fulfill the physical security and FP mission, the JPEO-CBD will require ancillary equipment and required services to install, operate, de-install/re-install, reconfigure, refurbish, retrofit, retrograde, integrate and modify FP systems, equipment and components when and where needed and require site remediation as required for the installation process. Five primary areas of physical and FP support required to perform the mission include: activities to effect movement of equipment within and outside theaters of operation; Operational and Field Support; Training and Help Desk Support; Test and Evaluation; and Program Management and Transition. The contractor shall be responsible for maintaining system operational readiness at all locations, to include military installations, worldwide. The contractor shall provide technical support and engineering services as required to maintain systems over the term of the contract. The contractor shall be responsible for obtaining all required security clearances, country clearances, visas, work permits, installation access, etc. to deliver support and maintain system operational readiness. Program Management requires development and execution of a detailed program plan describing the overarching program strategy insuring the contract, scheduling, and cost objectives are met. The estimated period of performance for the contractual effort is 60 months from date of award. The effort is unclassified; however, the contractor shall be required to receive and generate classified information and be required to store and ship classified hardware. The contractor shall furnish all necessary services, personnel, hardware, software, facilities, information and supplies (except Government Furnished Equipment) required to support the systems. The contractor shall provide an information system for the Government to monitor and track all maintenance actions in real time. Interested potential sources shall provide a white paper (10-page limit on responses is inclusive of any supporting documentation) responding to the following questions : (1) What qualifications/capabilities do you have to execute the required work? (2) What experience or past performance of a similar nature supports your qualifications/capabilities for the required work? Ensure the following is addressed in your response: (a) Experience with supporting CBRNE systems and the scope of previous support efforts; (b) Locations where support was provided; (c) Please indicate facility and personnel clearances possessed; (d) Please indicate the dollar range of any related contracts;(3) Is your firm a small business with respect to North American Industry Classification System (NAICS) code 811219 Other Electronic and Precision Equipment Repair and Maintenance?; (4) Do you foresee any issues with performing engineering level support (e.g. any issues with data rights or establishing an agreement with an Original Equipment Manufacturer (OEM))?; (5) What recommendations/approaches can you offer that would result in the successful CLS effort for these systems?; and (6) do you have any recommendations and/or concerns with this source selection? Responses should be submitted, as indicated above, and at a minimum, should include: Sources Sought number, company name, address, telephone number, facsimile number, website address (if available), and type of business (large or small), informational paper addressing the areas of interest listed above, brochures, published technical specifications, and 3rd party performance verification. The name, telephone number, and e-mail address of a point of contact having the authority and knowledge to clarify responses with Government representatives should also be included. Responses shall be provided via Email to carl.e.busart.civ@mail.mil not later than 11 July 2013, in either Microsoft Word (.doc) or Adobe (.pdf) format THIS IS A SOURCES SOUGHT REQUEST FOR INFORMATION ONLY. This is not a request for proposals or quotations, and it is not to be construed as a commitment by the Government to release a solicitation and/or award a contract. All information received in response to this sources sought that is marked Proprietary will be handled accordingly. The NAICS code is 811219 Other Electronic and Precision Equipment Repair and Maintenance; however, firms may provide a recommendation for an alternative NAICS code, if the one provided is too restrictive or not restrictive enough as to business size and industry category.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/2d563b43e39d10cdd0090fb7b0ee5428)
- Place of Performance
- Address: ACC-APG - Edgewood ATTN: AMSSB-ACC-E, 5183 Blackhawk Road Aberdeen Proving Ground MD
- Zip Code: 21010-5424
- Zip Code: 21010-5424
- Record
- SN03096598-W 20130623/130621234842-2d563b43e39d10cdd0090fb7b0ee5428 (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 |