SOURCES SOUGHT
A -- Sources Sought / Request for Information (RFI) for CERDEC I2WD Engineering, Training, Logistics and Systems Engineering and Technical Assistance (SETA) Support
- Notice Date
- 2/28/2014
- Notice Type
- Sources Sought
- 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
- W15P7T14RA151
- Response Due
- 3/14/2014
- Archive Date
- 4/29/2014
- Point of Contact
- Kellie Lamar-Reevey, 443-861-4640
- E-Mail Address
-
ACC-APG - Aberdeen Division B
(kellie.n.lamar-reevey.civ@mail.mil)
- Small Business Set-Aside
- N/A
- Description
- SOURCES SOUGHT The Army Contracting Command, Aberdeen Proving Ground is conducting market research to determine the existence of small and large business 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). PERIOD OF PERFORMANCE / PLACE OF PERFORMANCE The Government anticipates a Cost-Plus-Fixed-Fee contract type for this effort. The period of performance is one twelve (12) month base period and one twelve (12) month option period. Performance will take place at US Army CERDEC with locations at Fort Dix, NJ, Lakehurst, NJ, in/around Aberdeen Proving Ground, MD, MacDill Air Force Base, Tampa, FL, contractor's facilities, and Combatant Command(s) (COCOM) (CENTCOM, PACOM, AFRICOM, EUCOM) areas of responsibility. OCONUS anticipated sites are as follows: Afghanistan, Dubai, Egypt, Jordan, Kazakhstan, Kyrgyzstan, Tajikistan, Turkmenistan, Ukraine, Uzbekistan and Pakistan. Access to classified information will be required at CONUS and OCONUS sites. SCOPE The proposed acquisition will provide support services to the CERDEC, Intelligence and Information Warfare Directorate (I2WD) and the Fabrication Integration Fielding Facility (FIFF) in the engineering, integration, fielding, sustainment, training and material acquisition of C4ISR and I2WD equipment and systems such as Ground Auto Targeting Observation Reactive Jammer V2 (GATOR), Joint-Counter Remote Control Improvised Explosive (J-CREW), Bistatic System (BSS), Relevant Intelligence, Surveillance and Reconnaissance at the Edge, 3rd Generation (RITE 3G) and the I2WD SCEPTRE lab. I2WD is responsible for executing programs, providing technical, engineering, logistics, training, Systems Engineering and Technical Assistance (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, and 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 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. I2WD customers include RDECOM, CERDEC, Foreign Military Sales (FMS) Programs (Iraq ISI, Jordan, Ukraine, and Columbia), COCOM's (CENTCOM Counter Narcotics), Joint Services (DHS ICE Gulfcoast), PEO's, PM's and other customers as required. RFI Please view the attached DRAFT Performance Work Statement (PWS) which details the requirement. Although the DRAFT PWS is written as a CECOM Strategic Sourcing Services (S3) requirement, this RFI is open to all interested parties, not just S3 approved contractors. Also, review the attached RFI document which details the submission requirements for this RFI. Responses are due by 4:00 EST on March 14, 2014.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/c9e3077b4c1da569d7c85b124e5cbeba)
- Place of Performance
- Address: ACC-APG - Aberdeen Division B HQ CECOM CONTRACTING CENTER, 6001 COMBAT DRIVE ABERDEEN PROVING GROU MD
- Zip Code: 21005-1846
- Zip Code: 21005-1846
- Record
- SN03299801-W 20140302/140228234658-c9e3077b4c1da569d7c85b124e5cbeba (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 |