MODIFICATION
58 -- Persistent Surveillance System of Systems (PSDS2)
- Notice Date
- 9/8/2014
- Notice Type
- Modification/Amendment
- NAICS
- 334111
— Electronic Computer Manufacturing
- 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
- W56KGY-15-R-PSDS2
- Response Due
- 9/29/2014
- Archive Date
- 11/7/2014
- Point of Contact
- Rickeyea M Singleton, 443 861 4804
- E-Mail Address
-
ACC-APG - Aberdeen Division B
(rickeyea.m.singleton@civ.army.mil)
- Small Business Set-Aside
- N/A
- Description
- SUBJECT: Request for Information (RFI) for the Persistent Surveillance System of Systems (PSDS2) The US Army Program Executive Office Intelligence, Electronic Warfare & Sensors (PEO IEW&S) in support of Product Manager Electro Optical and Infrared Payloads (PdM EOIR) is conducting a market survey to identify sources to provide operations, sustainment, engineering support, logistics support, configuration management, training support services, and acquisition of spares for the PSDS2 program. For the purposes of this RFI, the contractor should assume the work being conducted will occur at both CONUS and OCONUS locations. The majority of this effort 90% will be focused on OCONUS operations support. The contractor should assume the support for PSDS2 will be for systems predominately located in Afghanistan. This RFI is for planning purposes only; this is not a request for Quotations or Proposals. No solicitation document exists and a formal solicitation may or may not be issued by the Government as a result of the responses to this RFI. The Government will not be liable for payment of any response preparation expenses nor does the Government intend to pay for the information submitted to this response. The interested parties are responsible for adequately marking proprietary or competition sensitive information contained in their response. PSDS2 is a Full Motion Video (FMV) system and architecture that ingests video from sensors into a centralized location to support persistent surveillance, video exploitation, dissemination and archiving. PSDS2 is a Quick Reaction Capability (QRC) that has been fielded since 2005. The Original Equipment Manufacturer (OEM), Raytheon, has ownership of the Technical Data Package (TDP). The Government is attempting to identify other potential sources capable of meeting the following requirements: 1)The source shall provide contract and task planning, program management, administrative support services, cost control, cost reporting, program reviews, and technical status report. As well as quality assurance and data management support. This support shall include meeting and telcon support as required. 2)The source shall be required to provide operations, sustainment, and engineering support services for the hardware and software/firmware for PSDS2 system. 3)The source shall provide logistics and configuration management for the PSDS2 system. This includes the hardware, software/firmware materials to update, maintain and sustain the PSDS2 system. 4)The source shall provide training support services to contractors, military, and government personnel on sustainment of the PSDS2 systems. This service will include the training documentation/manuals. 5)The source shall be responsible for providing Contractor Field Service Representatives (CFSRs) to maintain the systems and Intelligence Analysts (IAs) to monitor analyze and exploit imagery from a variety of sensors and produce intelligence products in support of the mission. 6)The source shall be responsible for managing the inventory of the PSDS2 systems and maintaining a parts inventory that is adequate to support a system Operational Availability (Ao) of 85 percent over continuous operations (24/7/365). 7)At a minimum, all contractor employees performing services under this contract must be US citizens and hold at least a SECRET security clearance or shall be able to obtain an interim SECRET level clearance prior to their scheduled deployment date. 8)The source shall plan on supporting at least two (2) CONUS test events per year. Should there be OCONUS travel required to support operations the direction and approval will come from the Government. Interested vendors are required to provide an approach as to how to meet the above requirements. The planned acquisition is a one (1) year base contract with two (2) one (1) year option periods. The Government anticipates contract award 2QFY16. The contract will be Cost-Plus Fixed Fee (CPFF). Written responses to the market survey as a potential source of the described support are due within fifteen (15) days of posting. Responses shall be limited to no more than 10 pages in length, to include the cover. All RFI responses should include a non-proprietary cover page, which includes your company name, technical point of contact, and contact information. The potential sources should refer to the requirements paragraph within this request when providing their response. This market survey is not a request for competitive proposals. Capabilities/qualifications will be evaluated solely for the purpose of conducting market research. Responses will be evaluated for their viability. All sources may submit a response, which will be considered by the government. This market survey is for information and planning purposes only, does not constitute a solicitation for bids or proposals, and is not to be construed as a commitment by the government. The government will not pay for any effort expended in response to this market survey. Send responses to Project Lead Thomas Almuttil Email: Thomas.m.Almuttil.civ@mail.mil
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/64f163ff2ca6699f22b63c1a3464a0e9)
- 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
- SN03500675-W 20140910/140909022445-64f163ff2ca6699f22b63c1a3464a0e9 (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 |