SOURCES SOUGHT
K -- Sources Sought concerning the AN/MLQ-44 Detecting System, Countermeasures.
- Notice Date
- 1/24/2022 11:06:01 AM
- Notice Type
- Sources Sought
- NAICS
- 334
—
- Contracting Office
- W6QK ACC-APG ABERDEEN PROVING GROU MD 21005-1846 USA
- ZIP Code
- 21005-1846
- Solicitation Number
- W56JSR22R0002
- Response Due
- 3/8/2022 1:00:00 PM
- Archive Date
- 03/09/2022
- Point of Contact
- Amber Peeples, Anh Pena, Phone: 4438614982
- E-Mail Address
-
amber.k.peeples.civ@army.mil, anh.h.pena.civ@mail.mil
(amber.k.peeples.civ@army.mil, anh.h.pena.civ@mail.mil)
- Small Business Set-Aside
- 8AN 8(a) Sole Source (FAR 19.8)
- Description
- � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � �W56JSR-22-R-0002 Notice Type:� Sources Sought Posted Date: �Monday, 24 January 2022 Response Date:� Tuesday, 8 March 2022 Original Set Aside:� N/A Set Aside: N/A Classification Code:� 58 - Communication, detection, & coherent radiation equipment NAICS Code: 334 - Computer and Electronic Product Manufacturing/334515 - Instrument Manufacturing for Measuring and Testing Electricity and Electrical Signals Title: Sources Sought concerning the AN/MLQ-44 Detecting System, Countermeasures. Synopsis: THIS SOURCES SOUGHT ANNOUNCEMENT IS FOR INFORMATIONAL PURPOSES ONLY. THIS IS NOT A REQUEST FOR PROPOSAL. IT DOES NOT CONSTITUTE A SOLICITATION AND SHALL NOT BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT. RESPONSES IN ANY FORM ARE NOT OFFERS AND THE GOVERNMENT IS UNDER NO OBLIGATION TO ISSUE A REQUEST FOR PROPOSAL OR AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCEMENT. NO FUNDS ARE AVAILABLE TO PAY FOR PREPARATION OF RESPONSES TO THIS ANNOUNCEMENT. ANY INFORMATION SUBMITTED BY RESPONDENTS TO THIS TECHNICAL DESCRIPTION IS STRICTLY VOLUNTARY. THE ARMY IN DEVELOPING ITS ACQUISITION STRATEGY, PERFORMANCE WORK STATEMENT, STATEMENT OF OBJECTIVES AND/OR PERFORMANCE BASED SPECIFICATION(S), MAY USE THE INFORMATION PROVIDED. PARTIES RESPONDING TO THIS RFI ARE RESPONSIBLE FOR ADEQUATELY MARKING PROPRIETARY OR COMPETITION SENSITIVE INFORMATION CONTAINED IN THEIR RESPONSE. �The Government intends to issue a five year single award IDIQ contract to the developer and original equipment manufacturer of the Prophet Enhanced (PE) Detecting Systems for sustainment of the fielded systems, including hardware and software maintenance, repairs, technical integration and obsolescence management. All responsible sources may express interest and submit the below requested information, which will be considered by the Government. However, a determination by the Government not to compete this proposed action based upon responses to this posting is solely within the discretion of the Government. The Government intends to make award to General Dynamics Mission Systems (GDMS) 4Q FY22. The US Army is seeking PRIME contractors to sustain the AN/MLQ-44 PE weapon system through management, maintenance, procurement, repair, Reset, and technical insertion services. The Army is determining the availability and technical capability of potential contractors to execute total life-cycle sustainment of the PE program, to include tasks such as, but not limited to, engineering, logistics, maintenance support, and software development. The purpose of this sources sought is to identify contractors that possess the experience and technical expertise on the PE weapon system to a degree that will give the Government confidence of likely successful PE system sustainment. The period of performance is estimated at sixty (60) months starting in the fourth quarter of FY 2022. Respondents are asked to provide a response that addresses, at a minimum, the following topics that include a summarization of past relevant Signals Intelligence (SIGINT) systems experience. Basic Information: 1. Company name, address, cage code, and full point of contact information. 2. State whether your company is considered a Large or Small Business. 3. Provide confirmation that the company has a Defense Contract Audit Agency (DCAA) approved accounting system. 4. Provide general information regarding any potential or existing teaming arrangements, strategic alliances, or other business arrangements that you may utilize to satisfy the entirety of the requirements, including the anticipated roles/responsibilities for each. This shall include information related to the subcontracting possibilities and what percentage of work in terms of dollars or FTEs should be reserved for Small Business. Technical Requirements: 5. Description of authorized access to classified [at the Top Secret/Sensitive Compartmented Information (TS//SCI) level] facilities/capabilities (minimum of 30,000 square feet) and the associated TS//SCI cleared, trained/experienced staff to enable support for program sustainment related activities to begin within 30 days of contract award. Discuss your ability to repair PE Line Replaceable Units within 60 days of contract award. The respondent should provide confirmation that their TS//SCI facility is capable of hosting access to the Secret Internet Protocol Router Network (SIPRNet), the Joint Worldwide Intelligence Communication System (JWICS) and the National Security Agency Network (NSANet) enclaves. Provide a copy of the facility clearance memorandum and the SMO code. 6. Provide proof of an existing (or plan to be fully staffed within 30 days) staff of TS//SCI cleared personnel that would be dedicated to this program to execute all required management, engineering, logistics support, Field Service Representative (FSR) support, training (to include NET training if system mods occur) and modification/retrofit tasks. Also, please identify the facility clearance level and the level of safeguarding classified material at each site the work will be performed. 7. Provide documentation of demonstrated expertise in managing Diminishing Manufacturing Sources and Material Shortages (DMSMS) efforts on a tactical ground SIGINT platform for a minimum period of five (5) years. 8. Provide a plan to execute formal Contractor/Government testing (i.e., Developmental / Technical Testing and First Article Testing) of a nominal midlife SIGINT technology upgrade including all required documentation. 9. Provide a plan/schedule on obtaining an Authority to Operate (ATO) certification from the Delegated Authorizing Official(DAO) based on successful compliance with the DoD Risk Management Framework (RMF) requirements for the overall system (i.e. system and communications network) to support the above nominal midlife SIGINT technology upgrade. 10. Provide documentation of demonstrated expertise in successfully executing the SCI Facility (SCIF) accreditation process. 11. Provide details on the respondent�s technical and physical capacity to develop a reset program for the PE system. Elaborate on the respondent�s approach to implementing and executing a reset program on the PE system. 12. Does the respondent have the knowledge and capacity to provide training (to include New Equipment Training (NET) if system modifications occur) to units receiving PE systems? Provide examples of respondent�s experience. 13. Document experience (minimum five (5) years) with developing, integrating, training, and maintaining/sustaining software for SIGINT systems. 14. Document expertise with other agency collaborative efforts, including, at a minimum, SIGINT dataflow and standard tools. 15. Provide a brief summary of the respondent's knowledge and experience with the TROJAN data network. 16. List of the top five (5) risks associated with executing this effort (including proposed Mitigation Plans IAW the Department of Defense (DoD)/Defense Acquisition University (DAU) Risk Reporting Matrix). 17. The respondent should provide their experience on lifecycle sustainment of tactical ground SIGINT systems, to include: a. Providing maintenance, reach back and/or Field Service Representative (FSR) support. b. Repairing Line Replaceable Units through depot operations. c. Provisioning of new system spare components/suppliers. d. Updating of the training Program of Instruction (POI) / curriculum. e. Updates to Technical Manuals (TMs) and technical publications such as the Maintenance Allocation Chart (MAC), Repair Parts and Special Tools List (RPSTL), and Level of Repair Analysis (LORA) based on changes to the system. f. Maintaining configuration management of currently fielded systems, while documenting and controlling changes. g. Staffing of TS//SCI cleared, highly experienced and uniquely SIGINT knowledgeable team of Fielders / Field Service Representatives / Certified Military Instructors to field, train, and repair the systems (minimum of 2 teams of 5 personnel each is required to support simultaneous NET events. 18. Provide documentation demonstrating expertise in acquiring an approved Army System Safety Release. 19. Provide documented proof (e.g., DoD / other contract numbers, etc.) of the respondent�s past experience with integrating, retrofitting, fielding and supporting tactical ground SIGINT systems / programs. Include customer names and POCs. Question Instructions: No classified questions should be submitted. If you have any doubt/discrepancy regarding the classification of data/information, please do not include it in your question. Responses to any/all questions shall be Unclassified. All questions shall be submitted no later than 2:00 PM Eastern 21 February 2022 via FedEx to: US Army PM EW&C ATTN: SFAE-IEW-EW Security Office, Alison Powell Building 5100 6631 Cyber Street Aberdeen Proving Ground, MD 21005 Respondents are advised to not include any proprietary information since all questions and the Government�s responses will be posted for all interested parties to review. Answers to questions may not be posted prior to the deadline for submissions. Response Instructions: Please only respond if you can support the entirety of the effort, including satisfying all sustainment functions for PE systems, as well as TS-SCI requirements. NO CLASSIFIED INFORMATION SHOULD BE INCLUDED IN YOUR RESPONSE. IF YOU HAVE ANY DOUBT/DISCREPANCY REGARDING THE CLASSIFICATION OF DATA/INFORMATION, PLEASE DO NOT INCLUDE IT IN YOUR RESPONSE. Proprietary information is acceptable but must be marked as proprietary. The Government reserves the right to use any non-proprietary technical information in any resultant solicitation(s). Responses shall be submitted in hardcopy only (3 copies) and not exceed 35 pages in length excluding cover page and administrative pages. Drawings or other graphics shall not be reduced in size to the extent that legibility is lost. Each page shall be single spaced with a minimum of 12-point Times New Roman font and no less than one inch margins/borders. Any table or graphic shall utilize a minimum of 10-point Times New Roman font and may be landscape. Do not submit electronic media. The Government will not reimburse respondents to this notice for any costs incurred in responding, or in any subsequent exchange of information. Responses must have postage marked no later than Tuesday, 8 March 2022. Responses must be sent via FedEx to: US Army PM EW&C ATTN: SFAE-IEW-EW Security Office, Alison Powell Building 5100 6631 Cyber Street Aberdeen Proving Ground, MD 21005 Please do not call or email any Government Representatives. All inquiries regarding this sources sought announcement must be submitted in writing via email.� No telephone inquiries will be entertained.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/7325eed218a6435394f6ce4cf896dc5f/view)
- Place of Performance
- Address: Scottsdale, AZ 85257, USA
- Zip Code: 85257
- Country: USA
- Zip Code: 85257
- Record
- SN06222910-F 20220126/220125201432 (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 |