SOURCES SOUGHT
D -- Sources Sought for ADCS3 - Sources Sought
- Notice Date
- 4/8/2014
- Notice Type
- Sources Sought
- NAICS
- 517919
— All Other Telecommunications
- Contracting Office
- Defense Information Systems Agency, Procurement Directorate, DITCO-Scott, 2300 East Dr., Building 3600, Scott AFB, Illinois, 62225-5406, United States
- ZIP Code
- 62225-5406
- Solicitation Number
- PL8223201401
- Point of Contact
- Tricia L. Singler, Phone: 618-229-9378
- E-Mail Address
-
tricia.l.single.civ@mail.mil
(tricia.l.single.civ@mail.mil)
- Small Business Set-Aside
- N/A
- Description
- April 3, 2014 Day Atendees January 16, 2014 Industry Day eGOS QA's April 3, 2014 Industry Day QA's New and Updated Systems Brief Alaska Overview Brief Systems Overview Brief PWS Overview Brief Program Overview Brief ADCS3 Sources Sought SOURCES SOUGHT ANNOUNCEMENT The Defense Information Systems Agency (DISA) is seeking sources for the upcoming Air Defense Communications Services 3 (ADCS3) source selection. CONTRACTING OFFICE ADDRESS: DISA, Procurement Directorate (PLD), Defense Information Technology Contracting Organization, (DITCO)-Scott, 2300 East Drive Bldg 3600, Scott AFB, IL, 62225-5406. INTRODUCTION: This is a SOURCES SOUGHT DESCRIPTION to determine the availability and functional capability of large businesses, small businesses (including the following subsets, HUBZone Firms; Certified 8(a), Veteran-Owned Small Business, Service-Disabled Veteran-Owned Small Business, Small Disadvantaged Business and Woman Owned Small Business) to provide the required products and/or services. DISA is seeking information for potential sources to provide reliable communications to enable command and control (C2) for the Air Defense of the U.S. via the ADCS3 requirement. The contractors are to provide sustaining engineering to keep the communications provided with the ADCS3 viable over the intended lifecycle. As part of this requirement, the Government seeks to maintain the availability of the ADCS for voice and data communications, institute a program of Life Cycle Management, provide assistance to the Government Program Management Office (GPMO) and strengthen the Information Assurance (IA) program to ensure the integrity of the communications systems and subsystems. DISCLAIMER: THIS SOURCES SOUGHT ANNOUNCEMENT IS FOR INFORMATIONAL PURPOSES ONLY. THIS IS NOT A REQUEST FOR PROPOSAL. IT DOES NOT CONSTITUTE A SOLICITATION AND SHALL NOT BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT. RESPONSES IN ANY FORM ARE NOT OFFERS AND THE GOVERNMENT IS UNDER NO OBLIGATION TO AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCEMENT. NO FUNDS ARE AVAILABLE TO PAY FOR PREPARATION OF RESPONSES TO THIS ANNOUNCEMENT. ANY INFORMATION SUBMITTED BY RESPONDENTS TO THIS SOURCE SOUGHT ANNOUNCEMENT IS STRICTLY VOLUNTARY. CONTRACT/PROGRAM BACKGROUND: If there is an existing contract for the work being described, provide the following information: 1. Contract Number # HC1013-09-D-2000 2. Contract Type: Firm Fixed Price 3. Incumbent: General Dynamics Information Technology 4. Method of previous acquisition: Full and Open Competition The current contract (ADCS2) supports the mission of maintaining command and control of airspace defense, air sovereignty and supporting Homeland Defense/Security and law enforcement efforts in counter-narcoterrorism for the United States, Canada and their respective states, territories and provinces, to include those in the Pacific and Caribbean. North American Aerospace Defense Command (NORAD) and United States Northern Command (USNORTHCOM, or NORTHCOM) are tasked for North America. Commander, NORAD (CDRNORAD)/Commander USNORTHCOM requires mission performance on a 24 hours a day, seven days a week (24/7) basis. The Hawaii Air National Guard and Guam Air National Guard are tasked for Pacific area air defense 24/7. Command and Control (C2) consists of processing data, voice and other sensor and information inputs into capability commanders utilize to direct assets in the prosecution of the mission. Period of Performance: One base year and four option years with anticipated start date of 3rd quarter fiscal year 2015. Places of Performance. The contractor project office will be located within 25 miles of Tyndall AFB, FL Government Program Management Office (GPMO) at AFNORTH/A6 located at Tyndall AFB, FL. Government will provide space for up to four contractor personnel within AFNORTH/A6 at Tyndall AFB. Combined Air Operations Center (CAOC) The CONUS NORAD Region CAOC is located at Tyndall AFB, Panama City, FL. The contractor will provide 365/24/7 (i.e. at least one technician present 24 hours a day) operations and maintenance at this location. Eastern Air Defense Sector (EADS) EADS is located at Griffiss Industrial Park, Rome NY. The contractor will provide 365/24/7 (i.e. at least one technician present 24 hours a day) operations and maintenance at this location. Western Air Defense Sector (WADS) WADS is located at Joint Base Lewis McChord, Lakewood, WA. The contractor will provide 365/24/7 (i.e. at least one technician present 24 hours a day) operations and maintenance at this location. Alaska NORAD Region (ANR) The ANR CAOC and Air Defense Sectors (ADS) are located at Joint Base Elmendorf-Richardson, Anchorage, AK. The contractor will provide 365/24/7 (i.e. at least one technician present 24 hours a day) operations and maintenance at this location. The Hawaiian Air Defense Sector (HADS) HADS is located at Wheeler Army Air Field (AAF), Mililani, HI. The Contractor shall provide maintenance support on Hawaiian ADCS3 equipment 40 hours per week with weekend support and after hours support as required by 169 ACWS/SC. The Hawaii Air National Guard maintains all Hawaiian ADS (HADS) and remote location communications equipment. Remote Locations. The HADS and each ADS interface with a number of remote locations within its geographical area of responsibility. Remote locations include radar sites, Ground-Air-Ground [GAG] radio facilities, Alert Fighter Scramble Detachments (air defense fighter aircraft on standing alert), Tethered Aerostat Radar Sites [TARS], Integrated Air Defense Systems (IADS) (i.e. National Capital Region IADS and Joint Air Defense Operations Center), Regional and Local Federal Aviation Administration (FAA) Air Traffic Control Centers, and other systems integrated either permanently or for short-duration to provide specifically validated C2 capabilities. CONR has interface equipment at 148 radio sites, 191 FAA radar sites and 16 scramble locations. ANR has interface equipment at 15 radar/radio sites and two scramble locations. HADS has interface equipment at 5 radar/radio sites and two scramble locations. REQUIRED CAPABILITIES: The ADCS3 contractor shall provide single system management, maintenance, life cycle management, repair, and logistics support of the existing communications systems and subsystems used in support of the NORAD, Hawaii, and Guam Air Defense Mission. The Contractor will be responsible to provide support for, and life cycle replacement of hardware at sites within the continental United States (CONUS) and Alaska, including Aerospace Control Alert (ACA), remote radio and radar communication site locations. The Contractor shall provide management, maintenance and repair, and logistics support of existing communications systems and subsystems within Continental United States NORAD Region (CONR), ANR and the Pacific Area. The Contractor shall also maintain and provide staffing for the Cyber Integration Laboratory (CIL) during normal military duty hours and on call as needed. Performance and staffing at CONUS Fixed Sites; ANR, CONR CAOC, EADS and WADS will be required on 24 hour per day, 7 days per week basis and 365 days per year. Contractor support in Hawaii and Guam will be limited to 40 hours per week. The following is a synopsis of the capabilities: Sustainment • Network monitoring (working w/DISA, FAA, USAF and Sectors) • Circuit management (activation, relocation, and/or deactivation) • Maintain on-site government furnished equipment for testing, diagnosis, and monitoring • Spares storage and inventory management • Warranty management • Experience with sustainment and upgrades of local area networks, servers, routers, internet protocols (IP), time delay multiplexing (TDM) and voice over IP telephone operations and STE equipment • Experience operating and maintaining TDM and IP telephone switches • Experience with operations of Ultra High Frequency (UHF) radios, Very High Frequency (VHF) radios and Satellite radios • Experience with developmental and operational testing Maintenance • 24/7/365 on-site support to ANR, CONR CAOC, EADS and WADS • Repair and replacement of operational equipment • Scheduled - (Preventative Maintenance) • Unscheduled - (Corrective Maintenance) • Tier 1 Support - (Diagnostic and Technical) • Configuration management & updates • Trouble ticket management • Must conduct activities with DoD and civilian agencies • Function in accordance with USAF, Air National Guard ANG, DISA and the FAA standards and guidance Remote Maintenance • CONUS o Sites other than EADS/WADS and the CONR CAOC are considered remote o Contractor maintenance responsibilities are shared with FAA, USAF, ANG and DISA (200+ locations) • ANR o Sites other than the ADS/CAOC are considered remote o Austere locations = challenges (travel/access) o Conditions may impact repair times and procedures • HADS Maintenance o The Hawaii Air National Guard maintains all HADS and associated remote location communications equipment o Contractor provides technical and diagnostic expertise to military maintainers o On-site support is limited to one full time equivalent (not 24/7) o There will be a requirement for on-call support Lifecycle Management • Must provide for a continuous assessment of the ADCS enterprise infrastructure • Assessment will take into account o IA Requirements o Technology changes o Diminishing sources/supportability o Spares, failure rates, & inventory levels o Engineering new solutions o Business processes to include Change Management & Training • Support "Mission Surge CIL • Risk Management • Sustain a "mirror image" communications equipment suite, to include technician & engineering support at government operational facilities (fixed sites and remote locations) • Equipment shall be configured similar to operational systems for contractor use in sustainment engineering, maintenance analysis, troubleshooting, testing, and training. (Integration of technologies) • Location - Tyndall AFB IA Certification & Accreditation Support • Guidance - Contractor will follow the DoD Information Assurance Certification and Accreditation (C&A) Process (DIACAP) and/or the emerging DoD Information Assurance Risk Management Framework (DIARMF) • Must continuously work with AFNORTH Information Assurance Managers (IAM) on C&A requirements Configuration & Change Management • Baseline and Configuration/Change Management • Develop command and site-unique drawings • Maintain architecture and interoperability documentation • Provide direct support to Configuration Control Boards • Support for hardware and software changes Program Management • Perform program/project management and administration tasks including tracking cost and schedule variances, developing briefings and reports, and monitoring assigned aspects of program performance • Experience with developing and applying engineering techniques and procedures to analyze and evaluate specific problem, data, or other features of the work which are broad in scope and complexity SPECIAL REQUIREMENTS Contractor personnel will have unescorted access in a DoD Controlled area and, therefore, MUST have security clearance minimum level of Secret, at start of the performance period, based on a favorable National Agency Check with Law and Credit (NACLC) investigation. The NACLC will be used as the initial investigation for contractors at the Confidential, Secret access levels. In order to accomplish the requirements of the Performance Work Statement, it is required that the contractor addresses, at a minimum, the following areas: • Ensure the systems and subsystems are meeting the contract quality performance standards • Past experience and proven expertise with the development and processing of DIACAP certification packages for legacy systems • Past experience conducting information assurance certification and accreditation efforts across geographically separated units on systems under active use for command and control • Experience and proven subject matter expertise with the conversion of certification and accreditation packages to updated criteria and processes SOURCES SOUGHT: The anticipated North American Industry Classification System Code (NAICS) for this requirement is 517919 All Other Telecommunications with the corresponding size standard of $30,000,000.00. This Source Sought is requesting responses to the following criteria from large and small businesses that can provide the required services under the NAICS Code. To assist DISA in making a determination regarding the level of participation by small business in any subsequent procurement that may result from this Sources Sought, you are also encouraged to provide information regarding your plans to use joint venturing (JV) or partnering to meet each of the requirements areas contained herein. This includes responses from qualified and capable Large Business, Small Businesses, Small Disadvantaged Businesses, Veteran Owned Small Business, Service Disabled-Veteran Owned Small Businesses, Women-Owned Small Businesses, HUBZone Small Businesses, and 8(a) companies. You should provide information on how you would envision your company's areas of expertise and those of any proposed JV/partner would be combined to meet the specific requirements contained in this announcement. In order to make a determination for a small business set-aside, two or more qualified and capable small businesses must submit responses that demonstrate their qualifications to fulfill the ADCS3 requirement. Responses must demonstrate the company's ability to perform in accordance with the Limitations on Subcontracting clause (FAR 52.219-14). SUBMISSION DETAILS: Responses should include: 1) Business name and address; 2) Name of company representative and their business title; 3) Type of Small Business; 4) Cage Code; 5) Contract vehicles that would be available to the Government for the procurement of the product and service, to include General Service Administration (GSA), GSA MOBIS, NASA SEWP, Federal Supply Schedules (FSS), or any other Government Agency contract vehicle. Interested businesses should submit a brief capabilities statement package (no more than ten pages) demonstrating ability to perform the services listed in this sources sought announcement. Address the capability questions posed above. Sources Sought shall be compatible with Microsoft (MS) Word 2007 or subsequent versions or PDF document version 9.2.0 or earlier. Page size shall be 8.5 x 11 inches, pages shall be single spaced. A page is defined as each face of a sheet of paper containing information. The page format shall have a 1 inch margin using no smaller than an 12 point Arial, Times New Roman, or Courier New font for all text to include any text contained in a table. All questions regarding this Sources Sought shall be submitted in writing by email to Tricia.l.Singler.civ@mail.mil. Verbal questions will NOT be accepted. Vendors who wish to respond to this should send responses via email NLT 25 April 2014 4:00 PM Eastern Daylight Time (EDT) to Tricia.l.Singler.civ@mail.mil. Proprietary information and trade secrets, if any, must be clearly marked on all materials. All information received that is marked Proprietary will be handled accordingly. Please be advised that all submissions become Government property and will not be returned. All government and contractor personal reviewing Sources Sought responses will have signed non-disclosure agreements and understand their responsibility for proper use and protection from unauthorized disclosure of proprietary information as described 41 USC 423. The Government shall not be held liable for any damages incurred if proprietary information is not properly identified.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DISA/D4AD/DITCO/PL8223201401/listing.html)
- Place of Performance
- Address: The contractor project office will be located within 25 miles of Tyndall AFB, FL, Tyndall AFB, Florida, 32403, United States
- Zip Code: 32403
- Zip Code: 32403
- Record
- SN03333415-W 20140410/140409022336-280e54b38c007ceb209ef158efad52f6 (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 |