Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 22, 2015 FBO #4838
MODIFICATION

A -- C4ISR Systems Prototyping, Integration & Testing Support (PIT)

Notice Date
2/20/2015
 
Notice Type
Modification/Amendment
 
NAICS
541330 — Engineering Services
 
Contracting Office
ACC-APG - Aberdeen Division A, 6001 COMBAT DRIVE, Aberdeen Proving Ground, MD 21005-1846
 
ZIP Code
21005-1846
 
Solicitation Number
W56KGU15R0019
 
Response Due
2/27/2015
 
Archive Date
4/21/2015
 
Point of Contact
Renee Gardner, 443-861-4649
 
E-Mail Address
ACC-APG - Aberdeen Division A
(renee.m.gardner6.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
This sources sought announcement is for information and planning purposes only; it is not to be construed as a commitment by the Government. A contract may not be awarded as a result of this sources sought announcement. The US Army Contracting Command-Aberdeen Proving Grounds, Aberdeen, Maryland on behalf of, the Prototyping, Integration and Testing Division (PI&TD) of the Command, Power and Integration Directorate (CP&ID), U.S. Army Communications-Electronics Research Development and Engineering Center (CERDEC), within the U.S. Army Research, Development and Engineering Command (RDECOM) intends to procure a non-personnel prototyping, integration, and testing support services contract using small business set-aside procedures in accordance with FAR Part 19 or under full and open competitive procedures. If at least two small business concerns are determined by the Government to be capable of performing this requirement based on the evaluation of the capability packages submitted by Close of Business (COB) 27 February 2015, the requirement will be solicited as a 100% set-aside for small business concerns in accordance with FAR Part 19. If capability packages are not received from at least two responsible small business concerns in accordance with FAR Part 19 by the response date or if the Government determines that no small business concerns in accordance with FAR Part 19 are capable of performing this requirement based upon an evaluation of the capability packages submitted; this requirement will be solicited under full and open competitive procedures. Only small businesses are to submit capability packages. Interested small business concerns in NAICS code 541330 with a size standard of $15 Million are encouraged to submit their capability packages. The capability packages for this sources sought market survey are not expected to be proposals, but rather statements regarding the company's existing experience in relation to the areas specified in the PWS. Capability packages must not exceed 10 pages and must be submitted electronically. All questions must be submitted no later than 12:00 PM (EST) 24 February 2015. Small business concerns are to outline their experiences in the following: Engineering Support/CAD/CAM Design / 3D Modeling / Drafting Support: Support for mechanical, electrical, systems and network engineering. Provide for the design and development of C4ISR systems, sub-systems, components, installation kits, and systems-of-systems for integration into ground-based, vehicular, shelter, airborne, watercraft, soldier and dismounted platforms. This includes both tactical and non-tactical platforms, and fixed and re-locatable sites, including the engineering and design required to perform platform modifications required for the purposes of the integrated C4ISR system. Design efforts include Computer-Aided-Design (CAD) / 3D Modeling / Drafting efforts using predominantly Pro/Engineer / Creo 3D Solid Modeling, and the extension of CAD into additional aspects of the quote mark design-to-build quote mark process, to include Engineering Data Management, Configuration Management, Computer-Aided-Manufacturing (CAM) programming, and 3D virtual reality / virtual prototyping. Fabrication/Rapid Prototyping and Technology Insertion/Systems Integration Support: Support for mechanical and electrical fabrication, assembly, and integration efforts is intended, covering the development and product realization of integrated C4ISR prototype shelters, vehicles and other tactical systems. This ranges from developmental concepts, to prototypes and low-to-intermediate rate efforts; installation of all equipment, components / assemblies and shelter/vehicle platform modification kits; fixed and relocatable sites; and executes shelter, vehicle and other platform and site modifications as required for the integrated system. This includes natural extensions of the fabrication, assembly, and integration processes including but not limited to efforts such as production planning and materiel resources planning. Logistics Support: Support for a wide variety of integrated logistics support services is intended. This includes materiel control and inventory management functions; packaging / kitting / shipping / receiving operations; operation of government owned vehicles / material handling equipment; field support / repair and maintenance / field deliveries; training; and publications preparation. This support also includes a significant amount and high volume of time-critical materials purchasing for C4ISR project integration projects, which are by their nature highly materially-intensive. Test and Evaluation Support: Support for the test and evaluation of C4ISR systems, components, and the like is intended. This includes MIL-STD-810 type environmental / climatic testing, as well as quality-related inspection and testing. Quality Management / Assurance Support: All associated efforts described above shall be performed under the auspices of the PI&TD's ISO-9001:2008 certified quality management system. Quality Management / Assurance (QM/QA) efforts shall verify that the products and services delivered by the PI&TD meet customer requirements, and that the project execution is performed in compliance with the quality management system. Project, Administrative and Operations Support: Support for a full range of programmatic and administrative support services for the program and project efforts is intended, including program / project support, and administrative and business support. Laboratory / Facility Operations and Maintenance: Support for the Operations and Maintenance of the PI&TD's Laboratories and Facilities is intended, including support, maintenance, and repair strategies to protect government investments in facilities and equipment, making the best use of available resources, and to establish, equip, maintain, and repair PI&TD laboratories, facilities, and equipment. Project Support: Project support, including documentation preparation, review and analysis, program planning assistance, formulation of program plans, program execution tracking, and coordination efforts necessary to accomplish tasks outlined in this scope of work. Project management and financial tracking system to ensure all functions necessary are properly monitored and to assure that all funding applied is properly allocated and tracked in accordance with contractual requirements. Performance Metrics will be monitored and reported monthly showing trends and recommendations for corrective actions if warranted. Material Purchasing Support: Support for the purchasing of materiel (including but not limited to information technology and fabrication materials) related to the project efforts as described herein. C4ISR systems integration projects are by their nature, highly material intensive efforts. The contractor shall provide an established and fully-functioning purchasing system for project materials procurement that provides the ability to place, monitor, track, review and approve purchase orders via a web-based system. The system must provide government-designated users with a web-based system that provides the ability to place, monitor, track, review and approve requests for quotations (RFQ) and/or purchase order (PO) requests. As materiel requirements are often schedule drivers in the time-constrained and highly variable systems prototyping process, the Contractor shall perform purchasing support activities in a timely manner so as to support the overall program schedules and delivery of systems to the field. The contractor shall: -Issue an RFQ to Vendor(s) within 24 hours from the initial Government RFQ request -Provide price quotes to the Government within 48 hours from issuance of the Contractor's RFQ to Vendor(s) -Award purchase orders to Vendor(s) within 24 hours from the Government's final approval Shipping, Receiving, Inventory and Warehouse Support: The contractor shall provide a secure environmentally controlled storage space for the purpose of securing Government owned assets/inventory of Aberdeen Proving Ground (APG) Maryland. - Provide a description of your warehouse facility and provide the location. - Located no more than 15 miles from APG northern Aberdeen Area. - Provide Inventory Management, shipping and receiving support at this facility Travel: Capability to travel and provide support in various CONUS and OCONUS locations. CONUS locations includes all 48 continental states. OCONUS location include but are not limited to Iraq, Afghanistan, Kuwait, Japan, Germany, France, Italy, England, Korea, Australia, Guam, Alaska, and Hawaii. For OCONUS travel, the contractor may be required to work on U.S. Military Bases/compounds and/or other locations as required. Areas or tasks where a contractor does not have prior experience should be annotated as such. In addition, the following questions must be answered and elaborated on as part of the package: (1) Financial Capability-Does your firm have the financial capability to reserve six (6) months to twelve (12) months of funds if Government Funding is not readily available i.e., Sequestration, Availability of Funds, etc? (2) Past Performance-Does your firm have the relevant past performance within the last three years? (include contract numbers, contract type, dollar value of each procurement, point of contracts, and brief description of the work performed) (3) Corporate Experience-Does your firm have the work experience similar in nature, scope, complexity, and difficulty of work in the PWS? To assist us in maintaining a list of interested small business concerns for this potential procurement, please provide your company's name, point of contact (POC), address, phone number, and business size under the above NAICS code to Ms. Shanin Johnson for this procurement. A Cost Plus Fixed Fee (CPFF) contract is anticipated. The anticipated Period of Performance (PoP) will be twelve (12) month base period with four (4) twelve (12) month option periods. The place of performance will be Aberdeen Proving Ground, Maryland. Contractor personnel will require a current secret clearance. Responses to this announcement must be submitted by email to the POCs identified below. No solicitation mailing list will be compiled. Contractors are responsible for all costs for submitting their capability packages. POCs are Ms. Shanin Johnson, at 443-861-4647 or shanin.s.johnson.civ@mail.mil or Ms. Renee Gardner, at 443-861-4649 or renee.m.gardner.civ@mail.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/1f6e59dfea16d8de2fcf828425c22b57)
 
Place of Performance
Address: ACC-APG - Aberdeen Division A 6001 COMBAT DRIVE, Aberdeen Proving Ground MD
Zip Code: 21005-1846
 
Record
SN03647134-W 20150222/150220234253-1f6e59dfea16d8de2fcf828425c22b57 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.