Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MARCH 21, 2025 SAM #8516
SOURCES SOUGHT

R -- SPECIAL NOTICE: Program Executive Office Intelligence, Electronic Warfare & Sensors Request for Information (RFI) � Field Service Engineer and Help Desk Services

Notice Date
3/19/2025 5:36:41 AM
 
Notice Type
Sources Sought
 
NAICS
541330 — Engineering Services
 
Contracting Office
W6QK ACC-APG ABERDEEN PROVING GROU MD 21005-1846 USA
 
ZIP Code
21005-1846
 
Solicitation Number
W56KGY-FOFC
 
Response Due
4/11/2025 12:00:00 PM
 
Archive Date
04/11/2025
 
Point of Contact
Justin Brown, Lynsey Broderick
 
E-Mail Address
justin.a.brown.civ@army.mil, lynsey.d.broderick.civ@army.mil
(justin.a.brown.civ@army.mil, lynsey.d.broderick.civ@army.mil)
 
Description
1. SYNOPSIS United States (U.S.) Army, Program Executive Office Intelligence, Electronic Warfare & Sensors (PEO IEW&S) and Project Manager Intelligence Systems & Analytics (PM IS&A) are issuing this Request For Information (RFI) as a means of conducting market research to help scope a future contract activity. 1.1. INTRODUCTION REQUEST FOR INFORMATION ONLY. The purpose of this posting is to notify industry of an RFI regarding a requirement for Field Service Engineer (FSE) and Help Desk (HD) services at Field Office Fort Cavazos (FOFC) Texas. 1.2. MISSION: FOFC provides system integration, logistics, operations, fielding, and training support for new and displaced intelligence systems. 1.3. DESCRIPTION: Field Service Engineer (FSE) and Help Desk (HD) services physically located at Fort Cavazos will provide increased unity of effort and collaboration in supporting fielded and developmental PM IS&A capabilities. 1.4. REFERENCE: https://peoiews.army.mil/pm-isa/ 2. DISCLAIMER THIS IS NOT A NOTICE OF Request for Proposal (RFP) ISSUANCE. Responses to this request are voluntary and will not affect any contractor's ability to submit a proposal if, or when, an RFP is released for a future effort. The requested information is for planning purposes only and does NOT constitute a commitment, implied or otherwise, that a procurement action will be issued. It is issued to invite industry to share their thoughts with the Government, regarding their ability to provide Field Service Engineer (FSE) and Help Desk (HD) services at FOFC. No entitlement to payment by the Government of direct or indirect costs or charges will arise as a result of the submission of information in response to this request. Information received will not be considered confidential/proprietary unless marked accordingly. Company proprietary data will be reviewed by Government employees and authorized representatives only. The Government shall not be liable for or suffer any consequential damages for any improperly identified proprietary information. No award will be made as a result of this request. This request is for informational purposes only to promote exchanges of information with industry in accordance with Federal Acquisition Regulation (FAR) part 15.201. The Government will not pay for any information and/or materials received in response to this request for information and is in no way obligated by the information received. 3. RESPONSE INSTRUCTIONS Responses related to this Government issued RFI are due no later than Friday, 11 April 2025, 5:00pm CST in the form of a whitepaper. Responses shall be sent via email to: justin.a.brown.civ@army.mil; Subject Line: �PEO IEW&S RFI � FSE & HD Services�. The whitepaper should not exceed 5 pages, not including the cover. The whitepaper must address the following: Please include the following Company overview information with your response: Company name, NAICS, and CAGE code. Company size and locations. Traditional/non-traditional defense contractor. Point of contact and email address. A narrative that describes how FSE and HD services that will satisfy each item in the desired capabilities and features listed in paragraph 5. 4. BACKGROUND Project Manager for Intelligence Systems & Analytics (IS&A) is responsible for the Army�s next generation ground station, Tactical Intelligence Targeting Access Node (TITAN), and the new Intelligence Applications program, along with the current Distributed Common Ground System � Army (DCGS-A) and Joint Tactical Terminal (JTT) programs. PM IS&A delivers these capabilities to Army at the different echelons to provide Intelligence, Surveillance, and Reconnaissance (ISR) sensor Tasking, Processing, Exploitation and Dissemination (TPED) capability of Signal Intelligence (SIGINT), Human Intelligence (HUMINT), Imagery Intelligence (IMINT), Geospatial Intelligence (GEOINT), and All Source Intelligence in support of the Battlefield Commander�s situation understanding in near real time. PM IS&A is headquartered at Aberdeen Proving Grounds (APG), MD with the Field Office located at Fort Cavazos, TX (FOFC) where system integration, training, and fielding activities are conducted. 5. REQUESTED INFORMATION Use the following assumptions to answer the questions to the best of your knowledge. Please include any additional assumptions or recommendations. Scope of work: Provide Field Service Engineer (FSE) and Help Desk (HD) services. Estimated Period of Performance: 14JUN26-28JAN29. Field Service Engineers (FSE): Place of Performance: Field Office Fort Cavazos, CONUS, and OCONUS military instillations. Travel: Up to 75% travel. Duty Hours: 8hrs a day, 5 days a week when at FOFC; up to 12hrs a day, 7days a week when TDY in support of Fielding and Training activities. Security: Information Assurance Technologist Level II certified IAW DoDI 8570.01-m and comply with DoD 8140. Personnel shall possess a TS/SCI security clearance and successfully be pass a full scope or CI polygraph examination and maintain NSANet Privileged Access (PRIVAC). Services: The contractor shall provide eight (8) Field Support Engineers (FSEs) responsible for the configuration and initial setup of the agency�s enterprise applications on PM IS&A hardware and software in support of fielding, training, sustainment/OTS, training development, and testing events. These events may be conducted at either Fort Cavazos, TX or at fielded unit locations. Approved Sustainment/OTS Training shall be conducted at Fort Cavazos, TX. The contractor shall install, configure, verify, and operate the PM IS&A systems to include Cross Domain Server Set (CDSS), Tactical Intelligence Ground Station (TGS), Geospatial Workstation (GWS), Intelligence Fusion Server (IFS), IFS-Joint Worldwide Intelligence Communications (J), IFS-National Security Agency Net (N), and Tactical Intelligence Targeting Access Node (TITAN). The contractor shall perform installation and post-clone for all software and hardware platforms. The contractor shall perform troubleshooting as required and support training development. The contractor shall provide on-site troubleshooting support for deployment teams and provide on-site augmentation as needed. The contractor shall provide on-site initial data transfer/migration and backup processes for critical unit infrastructure as needed. The contractor shall investigate the problem root-cause analysis and reach-back process for PM IS&A and the Systems Integration Lab (SIL) at APG as relates to issues encountered during fielding, training, sustainment/OTS, training development, and testing events. The contractor shall provide technical assistance to the required on-site IA accreditation process by applying patches, Information Assurance Vulnerability Management (IAVM) updates, Security Technical Implementation Guide (STIG) updates, running scans, and mitigating findings. The contractor shall support FOFC personnel on software loads and other staging activities for PM IS&A Family of Systems (FoS) prior to deployment. The contractor shall perform courier service as needed. The contractor shall support the review/testing and redline of the FSE documentation, such as FSE Guides, System Administration manuals, and Load instructions and provide feedback to PM IS&A; provide support on documentation updates as well. The contractor shall support Cross Domain Server Set (CDSS) Fielding and Site Based Security Accreditation (SBSA) Support. The contractor shall support two simultaneous CDSS Fielding and SBSA events worldwide. The contractor shall conduct CDSS Fielding and SBSA events for the duration of four weeks at TDY destinations directed by Department of the Army G3/5/7/8. In addition, the contractor shall be available to participate in New Materiel Introductory Briefs (NMIBs) and In-Progress Reviews (IPRs) in preparation for CDSS events. The contractor shall support Tactical Intelligence Ground System (TGS) Fielding and Training activities. The contractor shall support two simultaneous TGS Fielding & Training events at locations worldwide. The contractor shall conduct TGS Fielding and Training events for the duration of seven weeks at TDY destinations directed by Department of the Army G3/5/7/8. In addition, the contractor shall be available to participate in NMIBs and IPRs in preparation for TGS events. The contractor shall support Geospatial Workstation (GWS) Fielding and Training activities. The contractor shall support up to two GWS Fielding & Training per month up to 15 total events at locations worldwide. The contractor shall conduct GWS Fielding and Training events for the duration of four weeks at TDY destinations directed by Department of the Army G3/5/7/8 IAW. In addition, the contractor shall be available to participate in NMIBs and IPRs in preparation for GWS events. The contractor shall provide PM IS&A Field Office Fort Cavazos (FOFC) system support. The contractor shall provide continuous on-site FSE support to all PM IS&A Family of Systems (FoS) as well as systems administration on FOFC networks (Trojan Data Network (TDN), 1, 2 and 3, Joint Worldwide Intelligence Communications System (JWICS), garrison and tactical Secure Internet Protocol Router Network (SIPRNET), Non-classified Internet Router Network, and NSANET) in support of PM IS&A Fielding, Training, testing and related activities. The contractor shall support Tactical Intelligence Targeting Access Node (TITAN) Fielding and Training activities. The contractor shall support two simultaneous TITAN Fielding & Training events at locations worldwide. The contractor shall conduct TITAN Fielding and Training events for the duration of seven weeks at TDY destinations directed by Department of the Army G3/5/7/8. In addition, the contractor shall be available to participate in NMIBs and IPRs in preparation for TITAN events. Help Desk: Place of Performance: Field Office Fort Cavazos (FOFC) Travel: No Travel. Duty Hours: 8hrs a day, 5 days a week, Monday-Friday, at FOFC. Security: Information Assurance Technologist Level II certified IAW DoDI 8570.01-m and comply with DoD 8140. Personnel shall possess a TS/SCI security clearance and successfully pass a full scope or CI polygraph examination and maintain NSANet Privileged Access (PRIVAC). Services: The contractor shall provide a Help desk and online support center from Fort Cavazos, TX consisting of (4) computer support personnel. The purpose of the Help Desk is to (1) investigate and resolve software and hardware issues in conjunction with reporting units, engineers (PM IS&A and US Army Communications-Electronics Command (CECOM)), and IS&A Subject Matter Experts (SMEs); and (2) perform knowledge management of training and technical information and materials to support unit Intelligence readiness The contractor shall provide 8-hours of support daily, Monday through Friday, except holidays. 0800 � 1600 CST. The contractor shall assist units with software and hardware malfunctions that impede completion of unit mission or tasks. If Help Desk personnel are unable to determine a resolution for the technical issue, the issue will be elevated to Tier III support (PM IS&A and CECOM Engineers, IS&A SMEs). Support Center personnel will monitor progress and provide the unit with status updates, workarounds, or resolutions. The contractor shall provide trends and metrics to the PM IS&A Leadership and Support Staff, to inform of any potential negative/positive trends affecting/occurring across the Army Intelligence work centers. The contactor shall provide Project Service Management System (PSMS) NIPR network compliance and maintenance. Request Assured Compliance Assessment Solution (ACAS) scans weekly from Acquisition, Logistics and Technology Enterprise Systems and Services (ALTESS), review the ACAS scan results, and address and correct any identified vulnerabilities. Any identified vulnerabilities that cannot be resolved will be documented within the Plan of Action and Milestones (POA&M) and tracked. PSMS provides PM IS&A a single system to plan, track, release, report, automate, collaborate, and support all projects within the Program Management�s portfolio. PSMS is comprised of two main software applications, Jira Software and Confluence, two environments, Test and Production, and seven virtual servers hosted in the ALTESS environment. The contractor shall perform PM IS&A PM System of Systems maintenance and IAVA compliance. Download all software monthly and hotfix release patches and monthly security updates from the Software Engineering Center (SEC) Software Repository, as they are made available. Software updates will be installed and be ready to support maintainers across the Army, when/if issues arise with the installation. Questions Field Service Engineers What is your company�s ability to meet assumed place of performance requirements? What is your company�s ability to meet the assumed travel requirements? What is your company�s ability to meet the assumed duty hour requirements? What is your company�s ability to meet the assumed security requirements? What is your company�s ability to meet the assumed service requirements? Help Desk What is your company�s ability to meet assumed place of performance requirements? What is your company�s ability to meet the assumed travel requirements? What is your company�s ability to meet the assumed duty hour requirements? What is your company�s ability to meet the assumed security requirements? What is your company�s ability to meet the assumed service requirements? 6. SUMMARY Responses will assist the Government in determining vendor abilities to meet the full scope of work being considered in this RFI. 7. FOLLOW UP QUESTIONS Questions regarding this announcement shall be submitted in writing by e-mail to justin.a.brown.civ@army.mil; Subject Line: �QUESTIONS: PEO IEW&S RFI � FSE & HD Services�. Verbal questions will NOT be accepted. Questions will be answered by posting answers to the https://sam.gov; accordingly, questions shall NOT contain proprietary or classified information. The Government does not guarantee that questions received after Friday, 04 April 2025 will be answered. Interested parties are invited to subscribe to the website to ensure they receive any important information updates connected with this RFI.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/92383a3b82ef489c89d398a6c4d8cd3b/view)
 
Place of Performance
Address: Fort Cavazos, TX 76544, USA
Zip Code: 76544
Country: USA
 
Record
SN07378361-F 20250321/250319230053 (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.