MODIFICATION
A -- Technical and logistic services in support of The United States (US) Army Communications Electronic Research, Development and Engineering Center (CERDEC) Intelligence and Information Warfare Directorate (I2WD).
- Notice Date
- 7/1/2013
- Notice Type
- Modification/Amendment
- NAICS
- 541330
— Engineering Services
- Contracting Office
- ACC-APG - Aberdeen Division B, HQ CECOM CONTRACTING CENTER, 6001 COMBAT DRIVE, ABERDEEN PROVING GROU, MD 21005-1846
- ZIP Code
- 21005-1846
- Solicitation Number
- W15P7T13RA623
- Response Due
- 7/5/2013
- Archive Date
- 8/30/2013
- Point of Contact
- Alexander del Rosario, 443-861-4642
- E-Mail Address
-
ACC-APG - Aberdeen Division B
(alexander.m.delrosario2.civ@mail.mil)
- Small Business Set-Aside
- N/A
- Description
- *THIS SOURCES SOUGHT IS HEREBY MODIFIED TO UPDATED THE NAICS CODE FROM 541712 TO 541330. EVERYTHING ELSE REMAINS UNCHANGED.* SOURCES SOUGHT: The Army Contracting Command, Aberdeen Proving Ground is conducting market research to determine the existence of sources capable of providing technical and logistic services in support of The United States (US) Army Communications Electronic Research, Development and Engineering Center (CERDEC) Intelligence and Information Warfare Directorate (I2WD). The Government anticipates a Cost-Plus-Fixed-Fee contract type for this effort. The period of performance is a one year base period and one (1) one-year option period. SCOPE: The proposed acquisition will provide support services to the CERDEC, Intelligence and Information Warfare Directorate (I2WD). I2WD is responsible for executing programs, providing technical, engineering, logistics, training, SETA and administration support functions on multiple I2WD programs, Foreign Military Sales (FMS) cases and varied COCOM efforts. The I2WD organization provides project management, engineering, technical, logistics support, equipment fielding support, training, property accountability, transportation, business management support, programmatic support, and contracting support for the assigned CONUS and OCONUS efforts. This contractor support is intended to augment I2WD's core Government personnel and will be conducted in close coordination with case leaders from the Security Assistance Management Directorate (SAMD) Communications Electronics Command (CECOM) Life Cycle Management Command (LCMC), COCOM's and other Security Assistance Organizations from other services and other Department of Defense (DoD) organizations focusing on international programs. In support of I2WD efforts, contractor Systems Engineering and Technical Assistance (SETA) support will also include the following: Review/preparation and staffing of program documentation; Assessment and implementation of system supportability initiatives; Identification of emerging requirements; Deployed field support when required; and, related mission/operations support. REQUIREMENTS: Systems Technical/Engineering Support: Support for engineering efforts related to the I2WD SIGINT and QRC technical planning missions to include, but not limited to systems engineering support, system of systems design and system implementation. I2WD missions include engineering, integration, technology insertion, installation, material acquisition and other support activities as required in support of I2WD customers, including RDECOM, CERDEC, Foreign Military Sales Programs (FMS), COCOM's support and other Army customers as required. Logistics Support: Logistics support services, include, but not limited to: Operate, repair and maintain platforms, systems, subsystems, facilities and/or items as required; Perform or assist in the performance of Logistics Support Analyses; Provide equipment and supplies in support of mission objectives; Ensure the preservation, packing and marking of shipments in accordance with applicable commercial and military standards Due to the extreme nature of OCONUS environments, it is critical that the contractor have a presence and show a deep understanding of ITAR requirements and the local cultural sensitivities. All contractors supporting OCONUS efforts are required to be registered in SPOT and complete CONUS Replacement Center (CRC) training prior to deploying. Training: The Contractor shall support the Government in identifying I2WD, FMS and COCOM training requirements and shall support the Government in obtaining or developing training personnel in support of I2WD and other customers training programs, both CONUS and OCONUS. This training includes all COCOM Law Enforcement Agency training, C2, Intelligence and Surveillance efforts, both CONUS and OCONUS. Specific training efforts include Border Police, Drug Enforcement Agency Sensitive Compartmented Information Facility (DEA SCIF), and the Border Guard Services Communications training. Electronic training applications such as video teleconferencing and computer-based training shall be employed to enhance the effectiveness of training materials and courses when cost effective. OPERATIONS AND FACILITIES/EQUIPMENT MAINTENANCE SUPPORT Capabilities for operations and facility/equipment maintenance include, but not limited to, preliminary inspection, disassembly, engineering support, modification, reassembly, fault isolation, parts acquisition, repair, alignment, testing and final inspection. Operation/Maintenance support required in both CONUS and OCONUS locations, including all FMS and COCOM locations. Life support includes billeting, security, meals, transportation, office space, IT, medical, telephone/cell phones, etc as required. Due to the limited availability of support in theater, the contractor shall provide a full range of supply support services to include but not limited to all management actions, procedures and techniques used to acquire, receive, store, transfer, issue, dispose of secondary items, provision for initial support and acquire/distribute/replenish the inventory as required. OCONUS Transportation Support The contractor shall provide transportation services to perform or assist with the ground and air movement of equipment and personnel in both CONUS and OCONUS locations as it pertains to the services being performed. This transportation support includes procurement of vehicles for both host nation support and in-country personnel support Technology Research and Development: Perform studies, analyses, experimentation and prototyping efforts to obtain tools, techniques and technologies that better enable transition of I2WD capabilities to the Warfighter, as well as augment Warfighter effectiveness. Program/Project, Administrative and Business Operations Support: Program/Project support includes documentation preparation, review and analysis, program planning assistance, execution tracking, and coordination efforts necessary to accomplish tasks. Interested parties responding to this RFI should 1) have a strong background and detailed knowledge in I2WD systems; 2) be knowledgeable in FMS and COCOM organizations, policies and processes; 3) be familiar with OCONUS environments (i.e. Iraq and Afghanistan) to include physical security, ITAR requirements and CRC contractor responsibilities and; 4) have a significant technology base and operating infrastructure (facilities and capabilities) that can readily support detailed coordination with users, and installation, operation and support of this system; Industry responses must include sufficient documentation to support any claims that their system performance will meet the minimum performance capabilities contained herein. Such documentation may include system technical specifications, product brochures and related literature, performance test data, system drawings and/or photographs, or any other data to support the state of system development and or production readiness. Additionally, industry responses are to specifically include an outline of supply chain considerations with emphasis on any known long lead items that may adversely impact high rate production in an accelerated environment. Any limitations to ramping up to high rate monthly production and system integration considerations must be addressed along with proposed resolutions to potential production impediments. Projected monthly production capabilities to include critical subcontractor and vendor production capacity along with estimated unit prices, should also be submitted. **After reviewing the above Description of Requirements, interested capable contractors are invited to provide responses to the attached quote mark RFI Questions quote mark within 8 calendar days from date posted to FEDBIZOPS. Please submit all responses to Marjorie Roberts at marjorie.j.roberts.civ@mail.mil. Telephone inquiries will not be accepted. **
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/14cb58b0617fc91acc958c6bee6f0c10)
- Place of Performance
- Address: ACC-APG - Aberdeen Division A US ARMY CONTRACTING COMMAND 6001 COMBAT DRIVE ABERDEEN PROVING GROU MD
- Zip Code: 21005-1846
- Zip Code: 21005-1846
- Record
- SN03104656-W 20130703/130701234946-14cb58b0617fc91acc958c6bee6f0c10 (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 |