Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 22, 2022 SAM #7448
SOURCES SOUGHT

R -- Special Operations Information Warfare Support Platform (SOIWP) Software

Notice Date
4/20/2022 7:17:25 AM
 
Notice Type
Sources Sought
 
NAICS
541512 — Computer Systems Design Services
 
Contracting Office
W6QK ACC-APG ABERDEEN PROVING GROU MD 21005-5001 USA
 
ZIP Code
21005-5001
 
Solicitation Number
W91CRB-22-SOIWP-INSTALL-CONFIGURE
 
Response Due
5/4/2022 12:00:00 PM
 
Point of Contact
Andrew C (Andy) Mitchell, Phone: N/A, Fax: N/A
 
E-Mail Address
andrew.c.mitchell1.civ@army.mil
(andrew.c.mitchell1.civ@army.mil)
 
Description
W91CRB-22-SOIWP-INSTALL-CONFIGURE INTRODUCTION The Army Contracting Command- Aberdeen Proving Ground (ACC-APG), Division D, on behalf of Communication and Engineering Command Security Assistance Management Directorate (CECOM SAMD), is issuing this sources sought synopsis/ request for information (RFI) as a means of conducting market research to identify potential sources having an interest in, and industry technologies available, to support Foreign Military Sales (FMS) case IN-B-UBS for the country of India. All services shall be performed outside the continental United States (OCONUS) within the following area(s) of Responsibility (AOR): INDO Pacific Command (PACOM), Mumbai, India. Service(s) Requirements include: Install and configure Special Operations Information Warfare Support Platforms (SOIWP) in the vehicles. Install and configure SOIWP system(s) software and test the resulting SOIWP hardware and software for full system(s) operability. The Government will provide a test plan if a procurement materializes Provide SOIWP software maintenance support for a period five (5) years, to include annual operation and maintenance (O&M) upgrades and system/ security patches whenever required Perform daily systems and database administration to achieve optimal SOIWP system and security performance, to include Information Assurance Vulnerability Management (IAVM) processes, techniques, and best practices, annual renewal of commercial off-the-shelf software licenses, and system/ security patches whenever required See Appendix A for software specifications The result of this market research will contribute to determining the method of procurement, if a procurement materializes. Based on the responses to this sources sought notice/market research, any eventual procurement may be sole-source, set-aside for small businesses (in full or in part), or procured through full and open competition. Multiple awards may be made. All small business set-aside categories will be considered. Telephone inquiries will not be accepted or acknowledged, and no feedback or evaluations will be provided regarding submissions. DISCLAIMER THIS SOURCES SOUGHT IS FOR INFORMATIONAL PURPOSES ONLY. THIS IS NOT A REQUEST FOR PROPOSAL (RFP) TO BE SUBMITTED. 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 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. PROGRAM BACKGROUND Army Contracting Command- Aberdeen Proving Ground (ACC-APG and the Communication Electronics Command (CECOM) Security Assistance Management Directorate (SAMD) procure Command, Control, Communications, Computers, Intelligence, Surveillance and Reconnaissance (C4ISR) solutions, ancillary equipment, and support equipment for foreign partner country allies. ELIGIBILITY The North American Industry Classification System (NAICS) code is 541330 �Engineering Services� or 541512 �Computer Systems Design Services�. Any interested vendor must be registered in Central Contractor Registration (CCR). Any interested vendor shall comply with International Traffic in Arms Regulations (ITAR) to properly control the export of U.S. technology to foreign nations to safeguard U.S. national security, and shall be responsible for obtaining all required country clearances and visas as required. The intent of this Sources Sought is to assess which company or companies can provide ALL of the above requirements. Requirements shall NOT be split. SUBMISSION DETAILS Interested vendors should submit a brief capabilities statement (no more than ten 8.5 X 11 inch pages, font no smaller than 10 point) demonstrating the ability to provide all equipment and services listed in the technical description and/ or appendices. The capabilities statement must answer the following: What type of work has your company performed in the past in support of the same or similar requirement(s)? Can, and has, your company managed a task of this nature? If so, provide detail(s)? What specific technical skills does your company possess which ensure capability to perform the tasks? Vendor responses to this sources sought, including capabilities statement, shall be electronically submitted to Contract Specialist Andrew Mitchell, via Microsoft Word or Adobe Portable Document Format (.pdf) to email address Andrew.C.Mitchell1.civ@mail.mil not later than 3:00PM Eastern Standard Time (EST) on 04 May 2022. Reference sources sought synopsis/ RFI W91CRB-22-SOIWP-INSTALL-CONFIGURE in the email subject line, and on all enclosed documents. Information and material(s) submitted in response to this request will NOT be returned. DO NOT SUBMIT CLASSIFIED MATERIAL. If your organization has the capacity to provide all required equipment/ services, please provide the following: Organization name, address with Commercial and Government Entity (CAGE) Code and Data Universal Numbering System (DUNS) number statement of small/ large business status, company profile to include number of employees, annual revenue history, primary points of contact (POCs) and email addresses, Web site address(es), telephone number(s), and type of ownership for the organization. Whether you qualify as a Small, Small Disadvantaged, Woman-Owned, HUBZone, or Service Disabled Veteran-Owned Small BusinessTailored capability statements addressing the requirements of this notice, with appropriate documentation supporting claims of organizational and staff capability, and capability to perform services in austere OCONUS environments. If significant subcontracting or teaming is anticipated, organizations should address the administrative and management structure of such arrangements. All data received in response to this Sources Sought that is marked or designated as corporate or proprietary will be fully protected from any release outside the Government. APPENDIX A Below List the annual software renewal required through 2027: Note LINE ITEM � OTHER TECHNICAL ASSISTANCE CONTRACTOR PERSONNEL ONLY � Line Item provides for 1 each (EA.) Iteration Software Licenses Updates and Maintenance Support to extend licenses and support provided with initial delivery to 5 years, consisting of the following: QTY���� PART NUMBER���������������������� DESCRIPTION� � � � � � � � � � � � � � � � � � � � � � � � � � 1����������������������������������������������������������� Extend SOIWP Software Licenses Updates � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � ��and Maintenance Support in the city of Mumbai, � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � ��Country of India to 5 Years �������������������� *Over Sixty percent (60%) of the software used is the Intellectual Property � � � � � � � � � � ��(IP) of METIS LI. This also includes 5 years of maintenance support. Consisting of: � ������������ MLI-ECAS-HQ-100010-01������ METIS LI - IPB System � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � ECAS & ECAS Database Software ������������ MLI-ECAS-VA-100010-01������ �METIS LI - IPB System � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � VPA Analytics Software ������������ WINDOW OS� � � � � � � � � � � � � � �Microsoft - IPB System � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � OS License Windows 2019 ������������ RedHat Ent OS����������������������� RedHat Enterprise Software � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � VmWare for all platforms � �����������MLI-ECAS-OSIN-100020-01� �METIS LI - RDC OSINT � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � Capabilities Software ��������� ���MLI-ECAS-HQ-100020-01� � � �METIS LI - RDC � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � Capabilities Analytics ������������ MLI-ECAS-RCS-100020-01� � �METIS LI - RDC RCS � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � Command Analytics Software ������������ MLI-ECAS-MH-100030-01� � � �METIS LI - TAMS Portable HQs � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � Command Analytics Software � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � ECAS Lite Version ������������ MLI-ECAS-VA-100030-01� � � � METIS LI - TAMS Portable HQs � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � Command Analytics Software � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � �VPA Analytics ������������ MLI-ECAS-BA-100030-01� � � � METIS LI - TAMS Portable HQ � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � Command Analytics Software � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � Biometrics for Face, Iris � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � and Fingerprint ������������ MLI-ECAS-GL-100030-01� � � � AOA/TDOA Node Management & � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � Geolocation Analysis ������������ MLI-DAFW-SR-100050-01� � � METIS LI - Integrated Search and � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � �Rescue (SAR): � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � Consists of: ������������������������������������������������������������� � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � (i)� Artemis Software � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � (ii)� Airborne NESIE��� ���������� ������������ MLI-ECAS-FC-100040-01� � � � �METIS LI - TAMS Portable � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � �Field Collection Units (PFCU) � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � �Command and Control � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � �and Analytics Software
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/1463c64005904d8296b372d799e91712/view)
 
Place of Performance
Address: IND
Country: IND
 
Record
SN06303461-F 20220422/220420230057 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.