SOURCES SOUGHT
R -- Systems engineering & technical assistance (SETA) support services to Product Director (PD) for Aerostats
- Notice Date
- 9/9/2015
- Notice Type
- Sources Sought
- NAICS
- 541330
— Engineering Services
- Contracting Office
- Department of the Army, Army Contracting Command, ACC-APG - Aberdeen Division C, 6001 COMBAT DRIVE, Aberdeen Proving Ground, Maryland, 21005-1846, United States
- ZIP Code
- 21005-1846
- Solicitation Number
- W56KGY-15-R-SETA
- Archive Date
- 10/8/2015
- Point of Contact
- Brian Holman, , Thomas Frank,
- E-Mail Address
-
Brian.J.Holman2.civ@mail.mil, thomas.m.frank.civ@mail.mil
(Brian.J.Holman2.civ@mail.mil, thomas.m.frank.civ@mail.mil)
- Small Business Set-Aside
- N/A
- Description
- This is a Request for Information (RFI) and should not be construed as a Solicitation Announcement, Invitation for Bids, Request for Quotations, or a Request for Proposals. After reviewing the Description of Requirements currently posted to FEDBIZOPS, interested capable Contractors are invited to provide responses to the following questions. Please provide responses if you can support the entire requirement. Responses should follow this format and be submitted electronically as one (1) complete document. This RFI is for informational purposes only and is not to be construed as a commitment by the Government to acquire any products or services, or for the Government to pay for the information received. Responses to this Source Sought are due by 1600 EST (APG, MD) 23 September 2015. Please submit all RFIs to Thomas Frank, thomas.m.frank.civ@mail.mil. Subject line must read RFI PD Aerostats OCONUS SETA "Company Name". Additionally, your response will be treated only as information for the Government to consider. You will not be entitled to payment for direct or indirect costs that you incur in responding to this RFI. Furthermore, this request does not constitute a solicitation for proposals or the authority to enter into negotiations to award a contract. No funds have been authorized, appropriated, or received for this effort. The information provided may be used by the Army in developing its acquisition strategy, Statement of Work/Performance Work Statements, and/or Statement of Objectives. Interested parties are responsible to adequately mark proprietary, restricted, or competition sensitive information contained in their response accordingly. The purpose of this Sources Sought Announcement is to identify potential sources with the technical capability and necessary resources to provide systems engineering & technical assistance (SETA) to include but not limited to, program management, engineering, logistics, business, operations, customer assistance, site survey, and security support services to the Product Director (PD) Aerostats, Aberdeen Proving Ground, MD. PD Aerostats is tasked with providing SETA subject matter expertise to its program's customer base and more importantly the War Fighter both Continental United States (CONUS) & Outside Continental United States (OCONUS). CONUS & OCONUS locations include (but are not limited to): U.S. Africa Command, U.S. Central Command, U.S. European Command, U.S. Northern Command, U.S. Pacific Command, and U.S. Southern Command. PD Aerostats continues to preserve the integrity of the United States Army through persistent focus on assisting, supporting, and protecting the War Fighter. PD Aerostats consist of the following programs: Persistent Surveillance System Tethered (PSS-T); Persistent Threat Detection System (PTDS); Persistent Ground Surveillance System (PGSS); Command, Control, Communications, Computers, Combat Systems, Intelligence, Surveillance, and Reconnaissance (C5ISR). Services required will include but are not limited to the following: • OCONUS assistance in providing battle staff training to commanders and units, which helps commanders and units to identify capabilities associated to the aerostat programs applicable to PD Aerostats and how the system can be used effectively in support of their mission. • OCONUS assistance to provide forward project support actions on behalf of PD Aerostats, which includes efforts such as: participate in local meetings, conducting discussions, presenting briefings, and coordinating and reporting for ongoing project activities. • OCONUS assistance to track overall system operations, provide recommendations on spare and consumable requirements and agreements that U.S. Forces need to effectively reconstitute sites, and provide PD Aerostats daily updates on the aerostat programs applicable to PD Aerostats. • OCONUS assistance in conducting site surveys to determine suitability of potential locations for stationing, operating, and sustaining as well as their eventual removal, to include but not limited to considering both the concept of operations and the existing U.S. and coalition sectors ISR architecture during suitability analysis. • Assistance in theatre to the Government and military operational units as they develop and process theater required documentation packages to obtain materials and resources for site preparation, crew support and habitation, and site protection. • Assistance with performing various logistics functions support including coordination of personnel and material requirements in theatre for all deployed systems and regional supply centers in-theatre. • Engineering support including site survey analysis, interoperability testing, cyber security and report generation. Potential sources with the capability and qualifications to satisfy all of the requirements specified herein shall comply with the following: 1) Provide written responses with supporting data to the following information requests; 2) The company shall identify how its products and technical expertise could produce and deliver the requirements specified. When identifying past and current customers, include the customer/company name, point of contact, phone number, and address/e-mail where they can be reached. 1) Discuss your organization's experience with customer assistance in combatant command such as conducting aerostat battle staff training, aerostat capability brief, monitoring program activities, participating in local command meetings/activities, and reporting information back to the CONUS team. 2) Describe any data collection and analysis techniques that could be used to increase the aerostat mission effectiveness, such as capturing relevant data then implementing lessons learned. 3) Describe your organizations ability to provide qualified support staff for various OCONUS locations. Description should include knowledge of staffing expertise and diversity essential to establish a qualified support staff to implement and maintain PD Aerostats mission sets. 4) Demonstrate your company's capability to coordinate in-theater activities including reporting between various sites, personnel life support requirements, transportation requirements, facility requirements, and provisioning and maintaining necessary support equipment. 5) Describe your company's capabilities and understanding of DoD and U.S. Army requirements for coordinating transportation of personnel and equipment to and from various geographical locations both CONUS and OCONUS. 6) Describe your company's ability to provide theatre commanders the information needed to make informed decisions regarding the operation and support of the payload equipment for aerostat programs applicable to PD Aerostats, such as MX series cameras, Kestrel radars, communications payload, electro-optical/infrared sensors, and other sensors. 7) Discuss your organization's ability able to troubleshoot, diagnose, and assist/lead in resolving technical and non-technical issues, such as payload/sensor failure issues, system interoperability issues, and security vulnerabilities that arise from software upgrade. 8) Describe your organization's ability to provide site survey support for the deployment and removal of the aerostats or comparable deployed systems in OCOUNS location, which includes assistance in conducting site surveys to determine suitability of potential locations for stationing, operating, sustaining, and removal of aerostats and assisting military and Government officials in preparation of these sites. In addition please provide the following information: 1. Please provide the following Point of Contact information: Company: Address: Point of Contact: Phone Number: Fax Numbers: Email Address: 2. Please identify your company's small business size standard based on the primary North American Industrial Classification System (NAICS) code of 541330 - Professional, Scientific, and Technical Services - Engineering services. The Small Business Size Standard for this NAICS code is $14,000,000.00. For more information, refer to http://www.sba.gov/content/table-small-business-size-standards. Large Business Concern Small Business (SB) Concern 8(a) Small Disadvantaged Business (SDB) Woman-Owned Small Business Historically Underutilized Business Zone (HUBZone) Veteran-Owned Small Business Service-Disabled Veteran-Owned Small Business 3. If you identify your company as a Small Business or any of the SB subcategories as stipulated in Question # 2, then is your company interested in a prime contract for the requirement? 4. Under the current SB recertification regulations, do you anticipate your company remaining a small business, under primary NAICS Code 541330 - Professional, Scientific, and Technical Services - Engineering services? If you are a SB answer questions 4A & B. All others skip to Question #5. A. If your company is awarded the contract, will you be able to perform at least 50% (percent) of the work? B. If you are a small business, can you go without a payment for 90 days? 5. Does your company have experience as a prime contractor administering Multiple Award Contracts (MACs)? 6. If you answered "yes" to Question # 5, please provide as much of the following information as possible; A. MAC contract number(s); B. Aggregate dollar value of entire MAC contract; C. Aggregate dollar value of task orders you prime on each MAC; D. Number of task orders you prime on MAC; E. Is the work on each MAC similar in scope to that of this requirement? 7. Is your company planning on business arrangements with other companies, please list the process used in selecting the members? 8. Please provide details regarding proposed joint ventures, teaming arrangements, strategic alliances, or other business arrangements to satisfy requirements. Offerors are encouraged to identify teams, indicating each team member's size based upon the NAICS code of the work that the team member may be doing. 9. Is your company currently providing similar services to another government agency (you may also include contract #s for government) or other non-government customer? If so, please identify the agency or non-government customer. If you are unwilling to share your customer's identity, please address whether your company offers the same or similar services commercially 10. Has your Company performed this type of effort or similar type effort (to include size and complexity) in the past, if so provide Contract Number, Point of Contact (POC), e-mail address, phone number, and a brief description of your direct support of the effort? 11. What are the core competencies of your employees that would support the needs of the requirement? Also, provide the total number of individuals currently employed by your company that are capable of supporting the requirements. 12. Does your company have a TOP SECRET facility or access to one should it be required? 13. Do all the employees that would support this requirement have a TOP SECRET Clearance? 14. Does your firm possess an approved Defense Contract Audit Agency (DCAA) accounting system?
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/26a6a43255e258f74fb1c9e5e3b6e6b9)
- Record
- SN03877496-W 20150911/150909235649-26a6a43255e258f74fb1c9e5e3b6e6b9 (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 |