SOURCES SOUGHT
58 -- Counter Communications System (CCS) Meadowlands Production - Sources Sought
- Notice Date
- 4/29/2020 12:48:27 PM
- Notice Type
- Sources Sought
- NAICS
- 334511
— Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
- Contracting Office
- FA8819 HQ SMC PK PKS/SYK EL SEGUNDO CA 90245-2808 USA
- ZIP Code
- 90245-2808
- Solicitation Number
- SP-2020-01
- Response Due
- 6/5/2020 4:00:00 PM
- Archive Date
- 06/20/2020
- Point of Contact
- Doreen Barnett, Lt Ryan Tagatac
- E-Mail Address
-
doreen.barnett@us.af.mil, ryan_mark.tagatac.3@us.af.mil
(doreen.barnett@us.af.mil, ryan_mark.tagatac.3@us.af.mil)
- Description
- The purpose of this announcement is to identify sources and request industry feedback regarding a potential solicitation/acquisition. This Sources Sought/Request for Information (RFI) is being published for market research purposes to identify sources capable of meeting the needs for the Counter Communications System (CCS) Meadowlands Production.� THIS IS A REQUEST FOR INFORMATION ONLY. This RFI is issued solely for information and planning purposes. It does not constitute a solicitation (Request for Proposal or Request for Quotations) or a promise to issue a solicitation in the future. This RFI does not commit the Government to contract for any supply or service whatsoever. Furthermore, the Government is not, at this time, seeking proposals. Responders are advised that the Government will not pay for any information or administrative costs incurred in response to this RFI. All costs associated with responding to this RFI will be solely at the responding party's expense. The CCS provides a ground-based, deployable electronic warfare (EW) capability to reversibly jam satellite communications (SATCOM), early warning, and propaganda. There are sixteen CCS Block 10.2 fielded systems which currently operate at Peterson Air Force Base, Vandenberg Air Force Base, Cape Canaveral Air Force Station, and OCONUS locations. The next block upgrade to CCS Block 10.2 is called CCS Meadowlands and is currently in development. The CCS Meadowlands design will be more modular, scalable, and reduces the operational footprint from 14 racks of equipment to 3 to 4 racks of equipment. CCS Meadowlands consists of modern Commercial Off the Shelf (COTS) / Government Off the Shelf (GOTS) hardware and antennas in addition to mission software. Portions of the CCS Meadowlands program are controlled at the Top Secret/Sensitive Compartmented Information (TS/SCI) level. The program office for the CCS program is Space and Missile Systems Center Special Programs Directorate (SMC/SP) located near Los Angeles Air Force Base, CA. The purpose of this notice is to identify sources capable of producing and providing the following supplies and services over a proposed period of performance of approximately 54 months: Production of 28 CCS Meadowlands systems and 28 Remote Operations Terminal suites according to Government provided Build-to-Specifications, Drawings, and Consolidated Materials List Procurement of Critical Spares and Depot Spares. Critical spares deploy with the systems and Depot Spares remain in CONUS. Utilize and/or dispose of existing government furnished equipment (GFE) CCS Block 10.2 (16 fielded systems and critical spares) components, including but not limited to: cabling, cases, antennas, computes, and tools Storage of any unused GFE material awaiting disposal with DLA Disposition Agency Sustaining Engineering analysis to address parts obsolescence issues by identifying a form/fit/function replacement for an obsolete part and updating program documentation for future production and non-recurring engineering to rectify GFE deficiencies Shipment and checkout of equipment to at both CONUS and OCONUS locations. Draft Evaluation Criteria: The Government requests input regarding the draft evaluation criteria below. �These criteria are notional, and the Government may add, remove, or change the criteria before the RFP is released. Factor 1: Technical Approach � Separate Technical/Technical Risk Ratings Sub factor 1: Material procurement approach that a) benefits from quantity of buy discounts, b) addresses parts obsolescence risk during contract performance, and c) addresses supply chain risk management issues Sub factor 2: Manufacturing approach that a) demonstrates an efficient manufacturing process b) has the appropriate facilities, and c) has the appropriate production quality control with documented processes and inspections using checklists Sub factor 3: Production Acceptance Testing approach that a) ensures GFE/GFI is acceptable prior to acceptance and b) ensures delivered Meadowlands systems meet requirements� Sub factor 4: Conversion Time: Time duration between when a B10.2 System is pulled from Operations to the time contractor delivers a Meadowlands system back to Operations (Gov�t objective of 14 calendar days) Factor 2: Prior Experience � Separate Technical/Technical Risk Ratings Sub factor 1: Similar experience with a) Ground based SATCOM/EW production, b) VadaTech Software Defined Radios, and c) telecommunications photonics Sub factor 2: Similar experience with a) production contracts of this dollar value, b) upgrading/retrofitting existing Military systems, and c) contracts with required security controls and constraints Sub factor 3: Dedicated key personnel that have the appropriate a) experience, b) education, and c) training Factor 3: Cost/Price Factor 4: Small Business Utilization (10%) � Acceptable / Unacceptable **Note: we are looking for your inputs on the above criteria, not answers/evidence of meeting the criteria** Contract Type and Contract Line Item Number (CLIN) Structure: The scope of the acquisition is divided into two efforts: 1) Meadowlands production to include Depot spares and associated critical spares; and 2) limited engineering and sustainment studies for any obsolescence of parts or defective property. The Government is considering using a Fixed Priced Incentive (Successive Targets) contract type for the production effort and a Cost-Plus Fixed Fee contract type for the engineering and sustainment studies. We welcome industry feedback in regards to contract type and CLIN structure. Small Business Opportunities: Responses from small and small disadvantaged business firms are highly encouraged. Firms responding should indicate if they are a small business and indicate any socio-economic category for which it qualifies (Small Disadvantaged, 8(a), Veteran-Owned; Service-Disabled Veteran-Owned; Women-Owned; HUBZone). Historically Black College or University, and Minority Institution responders should also identify themselves. The small business size standard for NAICS 334511 is 1,250 employees. We are also interested in maximizing small business participation.� As such, in the response to this sources sought/RFI, please provide the following information: For potential prime contractors with relevant prime experience, to the maximum extent practical, please identify other contracts with similar scope and/or effort along with the small business participation for those contracts (e.g., total planned subcontracting percent, total planned subcontracting dollars, subcontractor business category and type of work subcontracted to that category, percentage of planned subcontracting dollars for each category, actual achievement from eSRS for each category, and percentage of total contract value for each category). For interested vendors with no previous prime experience: (1) please identify to what degree your company expects to organically perform effort versus subcontract; and (2) for the portion of work that your company expects to subcontract, what percentage do you anticipate going towards small business. Information Requested: � Interested offerors/vendors are invited to submit a Statement of Capabilities (SOC) clearly identifying their intent as a prospective prime contractor or subcontractor for the Meadowlands Production effort and to describe their qualifications. The Government will use information from the SOCs to determine how many contractors are currently capable of meeting the Government�s requirements. Interested offerors/vendors having the required capabilities to meet the above requirements should submit a SOC indicating the ability to perform the effort described. It is not sufficient to provide only general brochures or generic information. Responses must include the following: Company information: Submitter's Name (and Parent Company, if applicable), Mailing Address, Commercial and Government Entity (CAGE) Code, Data Universal Numbering System (DUNS) Identification Number, Point of Contact (POC) Name/Telephone number/email address Summary of Company�s ability to execute Top Secret/Sensitive Compartmented Information contracts by providing information on cleared personnel, facilities, and Information Technology infrastructure Identification if company intends to compete as a Prime contractor or as a subcontractor Summary of Company�s satellite communication (SATCOM) and electronic warfare (EW) experience particularly with government/military applications, material procurement, manufacturing facilities, production acceptance testing, and shipment to OCONUS military locations Rough Order of Magnitude (ROM) estimate for the efforts listed above Feedback on Evaluation Criteria Feedback on Contract Type/Structure Assessment of Small Business Opportunities Submitted SOC responses shall be no more than 10 pages in length, single spaced, use 12-point Times New Roman font, pages will be 8.5 by 11 inches, with 1-inch margins. A cover page will not count against the 10-page limit. Interested contractors should identify any actual or potential Organizational Conflicts of Interest. This is especially critical if a company is presently supporting the Government through an Advisory and Assistance Services (A&AS) contract. This shall not count against the page limit. A Meadowlands System Description Document (SDD) and Incremental Design Review (IDR) is available to companies deemed eligible by the Government. Companies interested in being considered to receive the Meadowlands document package shall provide at least the information requested in sections I - III above to the POCs identified below. Based on the Government�s review of the requested information, the Government will either provide the Meadowlands document package to the Company with instructions on handling/controlling the document or be notified that the company is not eligible to receive the document. All information received in response to this RFI that is marked PROPRIETARY will be handled accordingly. The Government shall not be liable for or suffer any consequential damages for any proprietary information not properly identified. Proprietary information will be safeguarded in accordance with the applicable Government regulations. SMC/SP will not be obligated to pursue any particular acquisition alternative as a result of this RFI. Responses to the RFI will not be returned. Not responding to this RFI does not preclude participation in any future solicitation, if one is issued. SMC/SP has entered into contracts for support services with contractors and subcontractors including but not limited to: The Aerospace Corporation, AT&T, SAIC, Rickman Systems Engineering, ARK�Government Solutions Inc, Fig and Associates LLC, MCR LLC, ManTech, and Tecolote Research Inc. These companies support the program office by performing technical reviews, systems engineering and integration analyses, cost estimation, security, and other advisory services. Respondents are hereby notified that all responses will be provided to our support contractors. If a respondent disagrees with the release of its RFI response to any of the aforementioned firms, respondent must clearly state this restriction in the cover letter accompanying the RFI response. Foreign firms are advised that they will not be allowed to participate in this acquisition at the prime contractor level. The research and test data produced under a resultant contract may contain Military Critical Technology List (MCTL) information whose export is restricted by Export Control Act (Title 22, U.S. Sec 2751, et seq.) or the Export Administration Act of 1979, as amended (Title 50, U.S.C., App. 2401, et seq.). Request certification and registration from the Defense Logistics Services Center (DLSC), Federal Center, 74 north Washington, Battle Creek, MI 49016-3412 as soon as possible. Submission Details: Interested offerors/vendors are invited to submit a written response to the points of contact identified below, no later than the closing response date cited in this announcement. Interested parties that wish to submit a classified SOC may contact the Security POC listed a minimum of 5�days prior to the established deadline. Please ensure enough time to coordinate clearance verification and media transfer when submitting classified SOCs. Primary Points of Contact: Contracting Officer: Ms. Doreen Barnett, (310) 416-1538, doreen.barnett@us.af.mil Contract Manager: 1st Lt Ryan Tagatac, (310) 416-1748, ryan_mark.tagatac.3@us.af.mil Program Manager: Capt Cameron Webster, (310) 535-2709, cameron.webster@us.af.mil Security POC: Mr. Stephen Taylor, (310) 416-1618, stephen.taylor.2@us.af.mil Secondary Points of Contact: Capt Gabriel Hribik, (310) 416-1709, gabriel.hribik@us.af.mil Mr. Noah Merica-Jones, (310) 535-2690, noah.mericajones.3.ctr@us.af.mil
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/30a44fbd1b7546668815b612aae0a066/view)
- Record
- SN05640324-F 20200501/200429230154 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |