SOURCES SOUGHT
99 -- Optical Sensors Interface Request for Information
- Notice Date
- 9/7/2022 10:38:37 AM
- Notice Type
- Sources Sought
- NAICS
- 541330
— Engineering Services
- Contracting Office
- FA8527 AFLCMC HBKB ROBINS AFB GA 31098-1670 USA
- ZIP Code
- 31098-1670
- Solicitation Number
- FA8527-21-C-0001
- Response Due
- 9/11/2022 9:00:00 PM
- Archive Date
- 09/12/2022
- Point of Contact
- Veronica Henderson, Ivan M. Jones, Phone: 4783279876
- E-Mail Address
-
veronica.henderson.1@us.af.mil, ivan.jones.2@us.af.mil
(veronica.henderson.1@us.af.mil, ivan.jones.2@us.af.mil)
- Description
- Surveillance & Reconnaissance Systems� (SRS) effort for the Senior Year Electro-Optical Reconnaissance System-2 (SYERS-2) Ground Segment+ (GSEG+). GSEG+ is the ground software that ingests and processes imagery from the SYERS-2 and MS-177[WLG1UAAR1]� sensors. GSEG+ includes current and future variants of optical sensor ground segment software; Security Enterprise Asset Manager (SEAM), and GSEG+ (SYERS 2C, MS-177, and SEAM). The contract work required is for sustainment of the of GSEG+ software suite. The SYERS-2 and GSEG+ depot is located at the Goodrich facility in Westford, MA. This effort will include Depot Level Service Team (DLST) support for critical U-2 and AF Distributed Ground Station (DGS) worldwide operations in support of USAF AFMC AFLCMC/HBG. The DLST contract work required is for the operation, trouble shooting, and maintenance of GSEG+. Surveillance & Reconnaissance Systems� (SRS efforts are a highly specialized component of the AF C2ISR that integrate the GSEG+ family of sensor Command and Control (C2) and (H&S)[WLG1UAAR2]�, and Image Processing software capabilities into the Distributed Common Ground System (DCGS).[WLG1UAAR3]� Integration includes the testing and fielding support that follows the base period development. The GSEG+ family of sensor capability includes Multi-Spectral Imagery (MSI), and MS-177 Search and Watch collection modes.� The incumbent sole source contractor, Goodrich provides the appropriate subcontract to the associate/subcontractors to ensure the contract deliverables are met, if necessary. Major tasks include: program management and professional services, logistical support, configuration control, in-plant engineering, cybersecurity, software development, software modification, software releases, sustaining engineering support, image analysis, configuration management, , integration, testing, support Intelligence Community Directive (ICD) 503 security controls, training, installation, documentation, flight test support, and travel. The products developed in the prior development base contract will be integrated, tested, and fielded products/equipment under sustainment program. The Contractor shall furnish the necessary personnel, facilities, and material to successfully sustain, GSEG+, MS-177, and MSI.� Engineering flight tests and testing events in support of the SYERS and MS-177 Initial Operational Capability (IOC) of OA. Work performance comprises efforts from several engineering disciplines including, but not limited to, software engineering, systems engineering, testing, documentation, quality assurance, program and engineering management, and program control functions. The requirement includes CFSR support of critical worldwide operations in support of the United States Air Force (USAF) AFMC AFLCMC/HBG.� CFSRs provide sensor management support during operational GSEG/GSEG+ missions at Distributed Ground Station (DGS)-1, the East Coast Hub (ECH) and the West Coast Hub (WCH). The CFSR support services include, but are not limited to: Live airborne management of the airborne sensor and associated ground systems Technical and engineering support to the Tasking, Collection, Processing, Exploitation, and Dissemination (TCPED) process Comprehensive analysis, diagnostics and fault isolation for the sensor, ground components and end-to-end network; Sensor & Mission planning (NAV, Collection) assistance System/mission readiness and mission setup Direct mission/sensor support by constantly monitoring associated sensors, executing corrective actions within the sensor, sensor biasing, and data screening/QC, raw sensor data dissemination to external systems, re-tasking/adhoc sensor support, and communicating with sensor maintainers to allow quick systems restoral. The GSEG+ CFSRs provide AF DCGS field sustainment support for optical sensor operations. AF DCGS full-duplex communications relay encrypted airborne sensor data to AF DCGS at 3 operational locations (DGS1, ECH, WCH) to process, exploit and disseminate the collection of the near-real time imagery. The tasks are highly specialized and involve mission and sensor management, system maintenance, specifically commercial-off-the-shelf (COTS) software and custom software system maintenance and integration, user training, system administration, hardware maintenance and related services. The Contractor personnel shall maximize operational availability for all 3 DCGS sites (DGS1, ECH, WCH), systems and applications supported under this contract effort. The CFSRs shall utilize appropriate Government development systems to monitor and report each site and system/capability availability metrics. Possession of a Top Secret/Secret Compartmentalized Information [WLG1UAAR4]�(TS/SCI) clearance is required for all CFSRs in support of this requirement at the time of contract award. CONTRACTOR CAPABILITY SURVEY Part I.� Business Information Please provide the following business information for your company/institution and for any teaming or joint venture partners: ����� Company/Institute Name: ����� Address: ����� Point of Contact: ����� CAGE Code: Phone Number: E-mail Address: Web Page URL: ����� Government Proposed North American Industry Classification System (NAICS) Code: 541330 ������ Based on the Government proposed NAICS Code, state whether your company is: Small Business����������������������������������������������� (Yes / No) Woman Owned Small Business�������������������� (Yes / No) Small Disadvantaged Business���������������������� (Yes / No) 8(a) Certified������������������������������������������������� (Yes / No) HUBZone Certified��������������������������������������� (Yes / No) Service Disabled Veteran Small Business����� (Yes / No) System for Award Management (SAM)� ����� (Yes / No) A statement as to whether your company is domestically or foreign owned (if foreign, please indicate the country of ownership). Part II. Capability Survey Questions A.�General Capability Questions: 1.�Describe briefly the capabilities of your facility and nature of the goods and/or services you provide.� Include a description of your staff composition and management structure. 2.�Describe your company's past experience on previous projects similar in complexity to this requirement.� Include contract numbers, a brief description of the work performed, period of performance, agency/organization supported, and individual point of contact (Contracting Officer or Program Manager). 3.�Describe your company�s experience in repairing the Part Number/NSNs listed above that make up the Integrated Vehicle Health Management System (IVHMS). 4.�Describe your company's capabilities for generating, handling, processing and storing classified material and data. 5.�Describe your company's capabilities and experience in generating technical data, engineering drawings and manuals.� Identify what software programs are utilized to generate these data products and what formats are available for delivered items. 6.�What is your company�s current maximum capacity per month for this particular type of requirement?� Provide information on any facility reserves you may possess to increase capacity in the event of an immediate need do to critical operational mission requirements. 7.�What quality assurance processes and test qualification practices does your company employ?� Provide a description of your quality program (ISO 9001, AS9100, etc.). � � � � � � � � �a.�Provide a detailed quality plan implementing AS9100 (or equivalent). B.�Engineering Services Questions (Engineering, advisory & assistance services, contractor logistic support, other services not listed) 1.�Describe your services capabilities and experience with regard to the requirements of this effort. 2.�Describe your capabilities and experience in developing/modifying procedures.� Include associated upgrade of technical orders and preparation of new technical orders. 3.�Demonstrate your ability and experience for the same or similar services, which are currently provided in the commercial and/or military environment by providing the following information on the same or similar items: Contract Number Procuring Agency Contract Value Services Provided 4.�Describe your capabilities and experience in any required test, evaluation, and repair processes/procedures with regard to the required items. 5.�Describe how you/your organization will identify and resolve parts obsolescence and diminishing manufacturing sources problems? 6.�Discuss your process for addressing any fit, form, and or function issues that may arise out of the requirements of this effort. 7.�Describe your process for maintaining inventory records and reporting on hand/work-in-process balance and manufacturing status to your customer as required. 8.�How will your organization address the absence of drawings, specifications, technical data, test procedures, etc.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/4d2f7790d244439383efa6fc0eb3b327/view)
- Record
- SN06456565-F 20220909/220907230141 (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 |