SOURCES SOUGHT
R -- Support for Electronic Warfare Foreign Material Sales support services.
- Notice Date
- 6/17/2021 11:32:08 AM
- Notice Type
- Sources Sought
- NAICS
- 541715
— Research and Development in the Physical, Engineering, and Life Sciences (except Nanotechnology and Biotechnology)
- Contracting Office
- W6QK ACC-APG ABERDEEN PROVING GROU MD 21005-1846 USA
- ZIP Code
- 21005-1846
- Solicitation Number
- W56KGU-21-R-0008
- Response Due
- 7/2/2021 10:00:00 AM
- Archive Date
- 07/17/2021
- Point of Contact
- Monique N. Bryant, Phone: 4438614643, Kelly N. Paul
- E-Mail Address
-
monique.n.bryant3.civ@mail.mil, kelly.n.paul.civ@mail.mil
(monique.n.bryant3.civ@mail.mil, kelly.n.paul.civ@mail.mil)
- Description
- Disclaimer This is a Request for Information (RFI) synopsis. This RFI is for planning purposes only. This is NOT a request for Quotations or Proposals. Interested parties are responsible for adequately marking proprietary or competition sensitive information contained in their response. This RFI is issued solely for information and planning purposes and does not constitute a solicitation. In accordance with FAR 15.202 (e), responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. No solicitation document exists and formal solicitation may or may not be issued by the Government as a result of the responses to this RFI. No award is intended as a result of this synopsis. The Government will not reimburse costs incurred by Respondent in response to this RFI, or for participating in information exchange regarding details of the RFI. Only U.S. citizens can respond to this RFI. Description The U.S. Army Combat Capabilities Development Command (DEVCOM), Command, Control, Computers, Communications, Cyber, Intelligence Surveillance and Reconnaissance Center (C5ISR Center) Rapid Applications Branch is seeking information from contractors and/or performers regarding their ability to support for Electronic Warfare Foreign Material Sales support services. Area of Interest (AoI) Background: Electronic Warfare Foreign Material Sales support services The Contractor shall provide a full range of support services and material procurement in support of the U.S. Foreign Military Sales (FMS) program. The services shall be in the areas of understanding, interpreting, and analysis of user technical operational and functional verbal and written requirements, systems design and engineering, system testing and evaluation, and support government personnel in contractor technical performance monitoring as it relates to a specific system being developed. The Contractor shall provide architecture development, design, engineering, integration, installation, testing, logistics support, equipment, and training. The Contractor shall provide services to include, but not limited to, Program/System Management, Integrated Logistics Support, Fabrication Engineering, Integration and technical support for Standard Army and Non-Standard Commercial intelligence and electronic warfare (IEW), and communications systems. The support shall include purchase and fielding, installation and integration, and training of equipment and operators, including communications systems, vehicles, power generation systems, watercraft, direction finding systems, electronic support systems, and electronic warfare systems including but not limited to: a) Small form-factor Software Defined Radio (SDR) transceivers operating from HF to C-Band (1MHz to 6GHz), capable of operating over a variety of AC or DC power sources, including battery, and designed to function properly over a range of extreme environmental conditions per AR 70-38 and tested per applicable MIL-STD-810 test condition. b) RF Geolocation subsystem capable of measuring Angle of Arrival (AoA) to an unkown emitter from a single sensor and participating in collaborative geolocation of unknown emitters using hyperbolic position location techniques including (but not limited to) Time Difference of Arrival (TDoA) c) A robust suite of open architecture software applications for offensive EW operations including, but not limited to, Counter UAS, Reactive Jam, Push to Talk, Military fixed and agile frequency emitters, and ancillary receive function required to support such operations d) Broad band (20-3000MHz) High Power Electronic Counter Measure (ECM) transmitters capable of generating over 1 KW of directed and/or omni directional RF energy e) High efficiency power supplies capable of accepting a wide range of international AC power sources including multi-phase 50-60Hz voltages and transforming to 12-28VDC f) Antenna and mast systems providing both omni-directional and directional gain over 30-3000MHz capable of quick set-up and tear down, up to 30-foot mast with payloads of up to 100 lbs. g) Ancillary equipment required to support installation and operation of capabilities described above in both ground vehicles and rotary wing aircraft. For wheeled vehicles, proof of approved safety release required. For rotary wing installation, proof of both airworthiness and safety release required. h) Compatibility and/or interoperability with ECM systems for threat mitigation of ground-based Radio Controlled Improvised Explosive Devices. i) Develop detailed training documentation to include user and technical manuals and training curriculum in the native language of the foreign military that combined provides the minimum materials required to support a military service training program on the end item equipment developed under this program. j) Deliver training in CONUS and or OCONUS locations to foreign military users, including equipment operators and their leadership and/or institutional training cadre to extent necessary to insure seamless transition of instruction to future foreign military users. k) Provide sustained, OCONUS on-site Field Service Representative (FSR) to support foreign military forces. l) Maintain an operational footprint on APG to include depot functions, warehouse, and storage of replacement materials and remote troubleshooting capabilities. m) Ability to store and/or process classified material with SIPERNET required. Other support shall include training of foreign security personnel in tactics and techniques, and providing systems that can be airborne, waterborne, vehicular or man-portable with operators and maintainers to conduct intelligence, surveillance, and reconnaissance missions. Eligibility The applicable NAICS code for this requirement is 541715 with a Small Business Size Standard of 1,000 employees. The capability statement documentation must address at a minimum the following items: 1. Please provide any questions, comments, and feedback on the attached draft AoI Background above. 2. What specific technical skills does your company possess which ensure capability to perform EACH of the task areas described in the draft AoI Background above? If your company does not possess the technical skills in EACH key task area, please provide the name, CAGE code, and business size of your potential teaming partners and describe the specific technical skills that they possess otherwise to meet the remaining key task areas in the Draft AoI Background above. 3. What type of work has your company performed in the past in support of the same or similar requirement? Please provide the contract number(s), government organization, total contract value, period of performance, description of effort, and any associated performance feedback. If your company does not possess past performance in EACH key task area, please provide a description of your teaming partners� past performance in the remaining key task areas in the draft AoI Background above. Please also provide their contract number(s), government organization, total contract value, period of performance, description of effort, and any associated performance feedback. 4. Can your company fulfill: � 100% Key Personnel at start of Period of Performance a. If yes: Please provide a description of your past performance with regards to fulfilling similar (cleared) personnel requirements to include the contract number(s), government organization, total contract value, period of performance, description of effort, a brief description of the personnel requirements, and any associated performance feedback in fulfilling the personnel requirements. b. If no: Please briefly explain the reasoning. 5. Will your company propose on this effort? Yes or No? a. If yes: Indicate if your company will propose as a Prime or Subcontractor. If your company will propose as a Prime, state affirmatively if you plan to self-perform entirely or team with subcontractors. b. If yes: Indicate if your company is a small business based on the ""Eligibility"" criteria described above. Also, indicate whether you qualify as a small disadvantaged business, women-owned small business, HUBZone small business, or service disabled veteran-owned small business concern. i. If a small business: Indicate if your company would be capable and intend for at least 50 percent of the amount paid by the Government for contract performance to be performed by your company and any similarly situated subcontractors (See FAR 52.219-14 (DEVIATION 2020-O0008)). c. If yes, please indicate the amount of time required to develop a proposal, 14, 21, or 30 days. d. If no, please briefly explain the reasoning. 6. Please include the following with your response: a. Company name and CAGE code b. Point of contact and email address Response Interested parties are requested to respond to this RFI with a white paper and/or currently available existing support documentation. Multiple submissions for different technologies will be accepted. The responses shall include, but not be limited to: (a) description of the notional cost and schedule necessary to complete the task, and (b) references to any related publications, reports, and technical data analyses that further support the technical portion of the response. The government will review the submitted responses and may schedule further discussions with responding vendors individually. All emailed questions and RFI responses shall contain the subject line: ODNB RFI. Responses shall be in electronic format, either "".docx"" or "".pdf"". White paper submissions shall be limited to ten (10) pages in length; there will be no limit on the submission of currently available materials. All information is requested within ten (10) days of announcement. � Unclassified responses must be submitted to: monique.n.bryant3.civ@mail.mil and kelly.n.paul.civ@mail.mil
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/418edd3eb3944a52a942509f854f2e20/view)
- Place of Performance
- Address: Aberdeen Proving Ground, MD 21005, USA
- Zip Code: 21005
- Country: USA
- Zip Code: 21005
- Record
- SN06036179-F 20210619/210618201539 (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 |