SOURCES SOUGHT
59 -- Follow On to the PD ARL PASS for Expanded Sustainment Support for the ARL-M and Saturn Arch
- Notice Date
- 7/13/2017
- Notice Type
- Sources Sought
- NAICS
- 541330
— Engineering Services
- Contracting Office
- Department of the Army, Army Contracting Command, ACC - APG (W56KGY) Division C, 6001 COMBAT DRIVE, Aberdeen Proving Ground, Maryland, 21005-1846, United States
- ZIP Code
- 21005-1846
- Solicitation Number
- W56KGY17DPASS
- Archive Date
- 8/15/2017
- Point of Contact
- Tyler Restrick, Phone: 4438615367, Abeer J. Ameer, Phone: 4438615363
- E-Mail Address
-
tyler.j.restrick.civ@mail.mil, abeer.j.ameer.civ@mail.mil
(tyler.j.restrick.civ@mail.mil, abeer.j.ameer.civ@mail.mil)
- Small Business Set-Aside
- N/A
- Description
- Additional NAICS - 541990 - All Other Professional, Scientific, and Technical Services Description: Synopsis: THIS IS A REQUEST FOR INFORMATION (RFI) ONLY. THIS REQUEST IS FOR PLANNING PURPOSES, AND DOES NOT CONSTITUTE AN INVITATION FOR BIDS, REQUEST FOR PROPOSALS, QUOTES, OR AN INDICATION THAT THE GOVERNMENT WILL CONTRACT FOR THE ITEMS CONTAINED IN THIS NOTICE. THE GOVERNMENT WILL NOT REIMBURSE RESPONDENTS FOR ANY COST ASSOCIATED WITH THE SUBMISSION OF THE INFORMATION BEING REQUESTED OR REIMBURSE EXPENSES INCURRED TO THE INTERESTED PARTIES FOR RESPONSES. Background and Description: Airborne Reconnaissance Low - Multifunction (ARL-M) and Saturn Arch Systems are currently being supported, with engineering, operations, and logistics support, program management, system engineering, property accountability, testing, program security, information assurance, sensor operations, and field service support under the PD ARL Sustainment Support (PASS) Contract No. W15P7T-10-D-D420/KZ01. These services are currently being performed by Adams Communication, Engineering and Technology (ACET). PASS supports various projects in the Intelligence, Surveillance, and Reconnaissance (ISR) area, aimed at improving collection and exploitation of Modern Signal types, both in development of capabilities for these new signal types and in improving techniques for exploitation, and migrating those advances onto new platforms to assist the Warfighter. The Government has an ongoing requirement to upgrade and advance key technologies for robust intercept and exploitation of modern Communications Intelligence (COMINT) and Signals Intelligence (SIGINT) targets. The required activities include investigative and algorithmic studies, system architecture definition, prototype demonstration efforts and evaluation activities. PASS includes modifying an existing Army Modern Signals collection system to bring the sensor into JICD 4.1/4.2 compliance. Existing JICD 4.1/4.2 interfaces, geolocation techniques and reporting schema already in-place for the TOS4 RL signal will be utilized where possible in order to maximize TNG network compatibility. This effort will bring a currently fielded Army Modern Signals collection system into JICD compliance with respect to its TOS4 RL intercept capability. The contractor shall develop and implement interfaces to perform sensor queuing/control and common database capabilities to provide coordinated operation of selected representative Modern Signals and conventional SIGINT, IMINT, and GMTI sensor systems. Database interfaces to existing capabilities will be provided to support automated data-mining and predictive analysis techniques for rapid operator alerts and cross-sensor cueing in real-time response to emerging threat scenarios. The contractor shall be required to have a TOP SECRET Facility Clearance with TOP SECRET safeguarding capability. The contractor will require access to COMSEC information, Sensitive Compartmented Information (SCI), Non-SCI Intelligence information, NATO information and For Official Use Only (FOUO) information. The contractor will require access to Security/Program Classification Guide(s) (SCG). The contractor will require access to the SIPRNET and JWICS, but this access will be at Government facilities only. Request for Information: The Government is considering contracting methods to expand support for ARL-M and Saturn Arch Systems of the PASS contract. This support is for Communications Intelligence (COMINT) and Signals Intelligence (SIGINT) and sensors upgrade (such as the SIGINIT PRISM sensor), integration development, test, validation and verification of the Mission Equipment Package (MEP) Systems, with Systems Engineer, Software Engineering access to the aircraft during classified calibration/test/flight/ground operations. The Government is considering if any other sources can provide this capability. If interested, the Government is requesting contractors to provide sufficient information in the form of a white paper which demonstrates capability and experience in providing the support, as described above. Interested sources are requested to submit a brief Summary of Demonstrated Capabilities. In addition, interested sources must address the following Market Survey Questionnaire: Administrative Information Company Name Mailing Address and Website Commercial and Government Entity (CAGE) Code North America Industry Classification System (NAICS) number. State your companies associated Business size and eligibility under U.S. Government social-economic programs and preference (i.e., type of business -large, small, small-disadvantaged, women-owned, veteran- owned or 8(a)). Data Universal Numbering System (DUNS) number Location of facility(s) Subcontracting Plan (if applicable) Person(s) Responding to RFI Name Title Company Responsibility/Position Telephone Number/Fax Number Email Address Describe your company's ability to perform the required tasks, supplies and services include, but are not limited to: • Ability to transition current ongoing PASS efforts (ARL-M and Saturn Arch) from ACET • Software Engineering • Engineering and Software Support for NEW SIGNALS hardware (HW) and software/firmware (SW/FW) for the Payload, A-Kit, and Ground Station Application (GSA) and HW/SW components • Maintenance Planning and Management • Materiel Maintenance Support for updating, maintaining, and sustaining the SW/HW components • Logistics/Configuration Management • Associated Support and Testing Tools • Field Service Representatives (FSRs) Support for depot repairs and maintenance at CONUS/OCONUS locations • Supply Support • Personnel • Personnel Training and Training Support • Operator and Maintainer Technical Manual documentation • Equipment Retrofit/Modifications • Depot Level Repairs • Information Assurance Support • Acquisition Support for/of Payload Elements and Spare Parts • Technical and reach back support for Payloads at CONUS/OCONUS locations • Facilities required to deploy and maintain the readiness and operational capability of the subsystems, and components • Interested vendors are required to provide an approach to meet the above requirements, detailing their ability to be able to demonstrate NEW SIGNALS capabilities and development. The current provider is Adams Communication, Engineering and Technology Inc.(ACET). ACET maintains support/configuration management of hardware internal modules and maintains the software source code. The Government does not have detailed documentation on hardware modules or the software source code. Consequently, the Government does not have the detailed documentation or source code to provide to a third party. A technical data package is not available. The purpose of this Sources Sought Notice is to satisfy the Market Research requirements to issue a new contract. Response Information: Responses to this RFI must be unclassified and should not exceed 20 pages in length in either one continuous Microsoft Word document or one Microsoft Power Point document. The Government will not reimburse responders to this notice for any costs incurred in responding, or in any subsequent exchange of information. Contractors may only provide one submission per CAGE code. If your company has different business sectors which hold different CAGE codes, each sector can submit a capability package. In addition, each CAGE code must provide separate facility clearance documentation. If teaming, use the Prime Contractor's CAGE code in the response. Submission of proprietary and other sensitive information must be marked and identified with disposition instructions. Submitted material will not be returned. The information provided and received in response to this announcement is subject to the conditions set forth in FAR 52.215-3 -- Request for Information or Solicitation for Planning Purposes. All interested firms that possess the capabilities herein are encouraged to respond to this notice by providing the information specified herein, on or before 12:00 p.m. Eastern Daylight Time on 31 July 2017. Information shall be submitted via email to the Contract Specialist listed in this announcement.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/97765513e49b0d9f34f2524f251e4c4c)
- Place of Performance
- Address: 6006 Combat Drive, APG, Maryland, 21005, United States
- Zip Code: 21005
- Record
- SN04578171-W 20170715/170713235159-97765513e49b0d9f34f2524f251e4c4c (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 |