SOURCES SOUGHT
L -- Request for Sources Sought - Field Service Representative (FSR) Services
- Notice Date
- 8/17/2023 2:05:48 PM
- Notice Type
- Sources Sought
- Contracting Office
- NAVAL INFORMATION WARFARE SYSTEMS SAN DIEGO CA 92110-3127 USA
- ZIP Code
- 92110-3127
- Solicitation Number
- NAVWAR_Headquarters_MKTSVY_195AFE
- Response Due
- 9/5/2023 9:59:59 PM
- Archive Date
- 09/20/2023
- Point of Contact
- Heidi L Radaford, Contract Specialist, Phone: 619-524-7386
- E-Mail Address
-
heidi.radaford@navy.mil
(heidi.radaford@navy.mil)
- Description
- 1.0DESCRIPTION Program Executive Office for Command, Control, Communications, Computers, and Intelligence (PEO C4I), PMW 790 Shore and Expeditionary Integration is procuring Field Support Representative (FSR) Services in support of Navy Expeditionary Combat Command (NECC). 1.1 PURPOSE OF THE SOURCES SOUGHT NOTICE FAR Part 10 requires market research prior to development of new requirements documents for an acquisition. The results of the Government�s market research are used to determine whether qualified sources exist and whether Commercial Items (CI) are available to meet the requirement, or to the extent CIs suitable to meet the agency�s needs are not available, Non-Developmental Items (NDI) are available that � (a) meet the agency�s requirements, (b) could be modified to meet the agency�s requirements, or (c) could meet the agency�s requirements if those requirements were modified to a reasonable extent. To that end, respondents to this sources sought notice may provide a detailed description of any CI/NDI solution that exists that would meet the requirement described herein, or a CI/NDI solution that could be modified to meet the requirements described herein. Respondents may conversely describe a CI/NDI solution that would meet the requirements described by this sources sought notice if those requirements were modified to a reasonable extent (any such response shall include a detailed description of the item being offered and the modifications to the requirements). This sources sought notice is issued solely for information and planning purposes; it does not constitute a Request for Proposal (RFP) or a promise to issue an RFP in the future. This sources sought notice does not commit the Government to contract for any supply or service whatsoever. Further, the Government is not at this time seeking proposals and will not accept unsolicited proposals. Respondents are advised that the Government will not pay for any information or administrative costs incurred in response to this sources sought notice; all costs associated with responding to this sources sought notice will be solely at the interested party�s expense. All submissions become Government property and will not be returned. Small Businesses having the capabilities to perform the tasking below are encouraged to reply to this sources sought notice. A decision to refrain from responding to this sources sought notice will not preclude a party from participating in any future RFP, if any is issued. If an RFP is issued, it will be synopsized on the NAVWAR E-Commerce Central website at https://e-commerce.sscno.nmci.navy.mil/. It is the responsibility of potential respondents to monitor these sites for additional information pertaining to this requirement. 2.0BACKGROUND The Navy Expeditionary office provides a common baseline of C4I capabilities that are scalable, rapidly deployable, and adaptive to meet Navy Expeditionary Combat Command (NECC) C4I mission requirements during waterborne and ashore anti-terrorism, force protection, Theater Security Cooperation (TSC) and Humanitarian Assistance/Disaster Relief (HADR) missions. The Navy Expeditionary office supports the following programs: NECC, Theater Security Cooperation (TSC) and Humanitarian Assistance/Disaster Relief (HADR), Scalable Communications System (SCS) integration, Expeditionary Carry-On Network (ExCON) for Expeditionary Mine Countermeasure (ExMCM) companies, and provides Expeditionary Tactical Assault Kits (E-TAK) to Explosive Ordnance Disposal (EOD) groups. This is a follow-on to contract number N66001-20-P-6797, awarded 30 September 2020. Previously, two (2) Field Support Representatives (FSRs) were be required in the base year, with an option for additional support in future years via purchase order modification. One FSR has been stationed at the NECC East Coast location aboard Joint Expeditionary Base Little Creek, Virginia Beach, VA and the second FSR has been stationed at the NECC West Coast location in San Diego, CA. This follow-on will include the addition of a third FSR. 3.0REQUESTED INFORMATION 3.1 Proposed Requirements Interested parties are requested to respond to this source sought notice with a white paper describing their approach to meet or exceed operational requirements for Field Service Representative (FSR) Services as outlined below in paragraph 3.2.1. The scope of this effort is to provide three (3) full time equivalents (FTEs) to serve as onsite FSR to support the NECC mission. Interested parties shall describe their company�s ability to provide personnel practices based on the following: (a)White papers should be limited to ten (10) total pages in length, in 12-point Times New Roman font, and in a Microsoft Word for Office 2010-compatible format. Responses are due no later than 10:00 AM PDT on 5 September 2023. Responses shall be submitted via e-mail only to Rodrigo Peraza, Rodrigo.peraza.civ@us.navy.mil, and Heidi Radaford, heidi.l.radaford.civ@us.navy.mil. Respondents are required to read the �Submitting a Proposal� information located on the NAVWAR E-commerce website. Should technical difficulties occur, respondents should immediately notify the specified NAVWAR contracting official. (b)Primary Point-of-Contact (name, address, phone number, email address, CAGE code, DUNS number). (c)Business type (large business, small business, small disadvantaged business, 8 (a)-certified small disadvantaged business, HUB zone small business, woman-owned small business, veteran-owned small business, and service-disabled veteran- owned small business) based upon North American Industry Classification System (NAICS) Code 334220, Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing. Please refer to Federal Acquisition Regulation (FAR) Part 19 for additional detailed information on Small Business Size Standards. Interested parties shall provide product literature(s) and supplementary writing responses which provide additional amplification that address the questions below. The page limit does not apply to the product literature(s). 3.2 Performance Requirements The following performance requirements are included to aid with the completion of Government requirements requested in paragraph 3.1: This scope of work will be contracted and assigned in 1-year increments. Options can be exercised to extend the period of performance in 1-year increments up to 3 years. The Contractor shall perform the following tasks in accomplishing the requirements of this contract. The Contractor shall provide the necessary timely support to meet emergent requirements as requested by the program manager, technical point of contact, or other properly designated authority. The FSR shall coordinate, support, and conduct technical activities (involving L3Harris Technologies, Inc., Harris Defense Communications products and systems) as required by NECC end users. 3.2.1 FSR MAINTENANCE RELATED SUPPORT: In addition to the support outlined in Section 3.2.2 below, FSR�s shall provide comprehensive subject matter expert (SME) maintenance support. The FSR (s) shall serve as in-house SMEs on all NECC L3Harris products and systems. The FSR(s) shall coordinate, support, and conduct maintenance activities (involving L3Harris products and systems) as required by end users. This maintenance support can include, but is not limited to the following; Software upgrades, Firmware upgrades, COMSEC initialization, HUB replacement. 3.2.2 FSR TRAINING AND SUPPORT SERVICES: The contractor shall provide NECC personnel with onsite comprehensive full time subject matter expert (SME) technical support as required per task order. FSRs shall ensure NECC personnel achieve and sustain high levels of skill, proficiency, and mission success with all L3Harris Communications products and systems. The FSR shall coordinate, support, and conduct technical activities (involving Harris products and systems) as required by end users. The Contractor may utilize any combination of its own personnel, subcontracted personnel, or a mixture thereof to perform FSR services as described herein. This technical support can include, but is not limited to the following: �Provide Initial and Refresher Radio Systems Training �Provide technical input and assist with development of Government programs of instructions (POI) and course curriculums �Assist unit with development of tactical radio (AN/PRC152A, AN/PRC-117G, AN/PRC-163, AN/PRC-160, AN/PRC167, and RF-7850 (and any other L3Harris tactical radio system that NECC may procure during this contract period) systems architectures, including ground, air, maritime, and dismount. �Facilitate Common Operating Picture (COP), extension of services, connection to SIE/SIPR, network operations (Net Ops), Position Location Information (PLI), Blue Force Tracking (BFT), Situational Awareness (SA), ISR, voice, data, Line-of-Sight, SATCOM, etc. �Facilitate Mobile User Objective System (MUOS) Provisioning as it pertains to the L3Harris family of tactical radio systems �Assist with development of C4 standard operating procedures (SOP), and new CONOPS and mission use cases that can be achieved through advanced new capabilities in L3Harris products and systems �Support for Maintenance as outlined in Section 3.2.1 �Direct support to tactical operations training activities such as Pre-Mission Training (PMT) and Full Mission Profile (FMP) events �Support for On-site Military Exercises not to exceed 4 exercises per year, per location. Exercises are 1-3 weeks in duration and may require support on the weekends. It is anticipated that FSR technical support will be required throughout the entire exercise, therefore, the Contractor should anticipate an overtime requirement, not to exceed 60 hours per week. FSRs are allowed to flex hours during these periods in order to remain under the maximum allowable hours. 3.2.2.1 Training Courses. The Contractor shall develop and conduct both Initial and Refresher Radio Systems Training courses as outlined below at designated CONUS and OCONUS locations. OCONUS training areas shall include Pacific and Western European locations that are not within an active combat zone or area of military conflict. Training Materials delivered to the Government will be used as an exportable training package. All training materials will be provided to the Government for review for sufficiency. All travel expenses shall be IAW the Department of Defense Joint Travel Regulation (JTR). A single class will consist of no more than 25 students over a maximum of a four day period. The Contractor shall support two consecutive courses not lasting more than 8 days. 3.2.2.2 Refresher Course. The Contractor shall conduct refresher courses that are abbreviated versions of the initial training course. The refresher course will provide sustainment training for those personnel who have experience in the operation and maintenance of the legacy handheld radios or for when an ECP is being fielded that is either integrated into the radio or supported by a mission module. These refresher courses may be tailored by the NECC representative requesting the class. A tailored course must be agreed to in writing (email is acceptable) between the Contractor and the NECC designated representative for each class of instruction. A tailored program of instruction (POI) shall be prepared and approved by the Government in advance of the training. A single refresher course will consist of no more than 25 students over a maximum of a two day period. A double refresher course will consist of two single courses conducted consecutively, but not to run longer than four consecutive days. The Radio Training POI shall include at a minimum the following unless altered on subsequent delivery orders and agreed to on a bilateral basis: �Description of equipment and components �Capabilities to include any environmental anomalies �Operation of the system to include: oBIT oOptimum set-up configuration oSpecial antenna use oTuning sequence oUse of PC software program to load the radio/mission module oUse of special BIT codes oRecharging the batteries, operation of the power adapter/interface units/battery chargers oJOSEKI Key and how to maintain the JOSEKI in an active state (if implemented) oJOSEKI Key and how to recover from loss of the JOSEKI due to a dead HUB battery (if implemented) oBFT and ASCM functionality in the radio oTrouble Shooting and corrective maintenance to include: oBIT and operator maintenance oMission Module operation oECP operation Additionally, the refresher course, troubleshooting procedures and corrective maintenance will also include: For example, instructions shall be provided that describe how the user can recover from the loss of the JOSEKI key due to a depleted HUB battery. 3.2.2.3 FSR Locations: Travel is required in accordance with the following: East Coast FSR price includes the following travel: �Norfolk, VA � Unlimited - near home base �Newport, RI � 1 trip �Jacksonville, FL � 1 trip �Gulfport, MS � 2 trips �Bahrain* � 1 trip West Coast FSR price includes the following travel: �Port Hueneme area � Unlimited � near home base �San Diego CA area � Unlimited � near home base �Hawaii � 1 trip �Guam* � 1 trip The Port Hueneme FSR will not require travel. * Please see section 4.1 for Special Performance Requirements for travel to Bahrain and Guam. 3.2.1 PROGRAM PLANNING AND COORDINATION: 3.2.1.1 Gather information, identify issues and provide recommendations and draft documentation to achieve overall program goals. 3.2.1.2 Provide program support for reviews, conferences, briefings and other meetings. 3.2.2 ACQUISITION SUPPORT: 3.2.2.1 Review, track, and evaluate contract deliverables. 3.2.3 BUSINESS, COST ESTIMATING AND FINANCIAL MANAGEMENT: 3.2.3.1 Provide inputs to travel cost estimates. 3.2.3.2 Provide monthly cost reports. 3.2.4 COMMUNICATIONS AND OUTREACH: 3.2.4.1 Report weekly to the PMW 790 liaison officer (LNO) to address questions, challenges and issues which may arise from within the NECC force in reference to L3Harris Technologies, Inc., Harris Defense Communications products and systems. 3.2.4.2 Attend meetings and conferences, as required. 3.2.4.3 Provide on-site liaison. 3.2.4.4 Provide good oral and written communications in order to interface with commands and other activities across the Navy. 4.0INDUSTRY EXCHANGES Government representatives may, or may not, choose to meet with respondents. Meetings, if any, are at the sole discretion of the Government and may not include all respondents. 5.0QUESTIONS Questions regarding this source sought notice shall be submitted in writing by e-mail to Rodrigo Peraza Rodrigo.peraza.civ@us.navy.mil, and Heidi Radaford, heidi.l.radaford.civ@us.navy.mil. Verbal questions will NOT be accepted. Questions will be answered by posting answers to the NAVWAR E-Commerce Central website; accordingly, questions shall NOT contain proprietary or classified information. The Government does not guarantee that questions received after 25 August 2023 will be answered. To access the NAVWAR e-Commerce Central website, go to https://e-commerce.sscno.nmci.navy.mil/. Click on Headquarters, then Market Surveys, then �Field Service Representative (FSR) Services� to view other important information related to this source sought notice. Interested parties are invited to subscribe to the NAVWAR website to ensure they receive any important information updates connected with this source sought notice. To subscribe, click on https://e-commerce.sscno.nmci.navy.mil/. 6.0SUMMARY THIS SOURCE SOUGHT NOTICE IS FOR MARKET RESEARCH INFORMATION ONLY to identify sources that can provide white papers given the current and future operational requirements for FSR services. The information provided in the source sought notice is subject to change and is not binding on the Government. The U.S. Government does not make a commitment to procure any of the items discussed and release of the sources sought notice should not be construed as such a commitment or as authorization to incur cost for which reimbursement would be required or sought. Responses to this sources sought notice will not be considered offers and cannot be accepted by the Government to form a binding contract. All submissions become Government property and will not be returned.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/d3eaca86801c416c872e71c93a6b70b9/view)
- Record
- SN06796157-F 20230819/230817230054 (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 |