SOURCES SOUGHT
A -- ADVANCED REMOTE GROUND UNATTENDED SENSORS (ARGUS)
- Notice Date
- 6/19/2002
- Notice Type
- Sources Sought
- Contracting Office
- ESC/SRK, 29 Randolph Rd, Bldg 1102C, Hanscom AFB, MA 01731`
- ZIP Code
- 00000
- Solicitation Number
- SRK-0001 Mod 1
- Response Due
- 7/8/2002
- Archive Date
- 1/8/2003
- Point of Contact
- Capt. Ron King, ESC/SRK, 781-377-8966
- E-Mail Address
-
Email your questions to Click Here to E-mail the POC
(Ronald.King@hanscom.af.mil)
- Small Business Set-Aside
- N/A
- Description
- Ref Sources Sought Synopsis, same subject, dated 12 June 2002. The purpose of this re-synopsis is to provide additional descriptive information about ARGUS, to solicit qualification packages from interested contractors, and to announce an ARGUS industry day: This is a sources sought synopsis for Market Research purposes only and is not to be construed as a commitment by the Government to issue a request for proposal or award a contract as a result of this request. Requests for a solicitation will not receive a response. The Intelligence, Surveillance and Reconnaissance (ISR) Integration Systems Program Office, ESC, Hanscom AFB, MA, is seeking responsible contractors to design, develop, integrate, produce, test, and field Advanced Remote Ground Unattended Sensors (ARGUS). ARGUS will be the next-generation family of unattended sensors that will initially include a seismic and acoustic sensor suite and a communications package, all housed in an aerodynamic delivery body. The aerobody will require an open architecture design for ease of future sensor and aircraft integration. Hand-in-place configurations, remote-monitoring stations, communications interfaces, mission planning tools, and pre-deployment checkout equipment will also be required. ARGUS will be integrated into the USAF intelligence and communications architectures, and will be included in pre-deployment mission planning. The ARGUS concept is to enhance Intelligence Preparation of the Battlespace (IPB), and the utility of other ISR assets such a Joint STARS, U-2, Unmanned Aerial Vehicles (UAVs), etc. An overlay to a mission-planning tool, such as Geographic Area Limitation Environment (GALE), will be used for employment. ARGUS will be pre-operationally tested and certified on the following baseline airframes: F-15E, F-16, and Predator UAV and possibly the F-18. Long-term certifications are planned for multiple delivery aircraft, including but not limited to the Joint Strike Fighter and possibly AV-8. Once employed, the sensors will communicate to a workstation fully integrated into the Combined Air Operations Center (CAOC) and Multi-Mission Command and Control Aircraft (MC2A). The sensor will transmit messages via a military or commercial satellite communications system, formatted into a standard Tactical Information Broadcast Service (TIBS) and/or Tactical Receive Equipment (TRE) and related Applications (TRAP) message(s), and broadcast through the USAF Distributed Common Ground Station (DCGS). Permits dissemination of timely intelligence on time critical targets to tactical users, provides threat avoidance, targeting, target tracking, and target/situation awareness within existing and planned CAOC C2 and ISR workstations. Comply with Department of Defense (DoD), Joint Chiefs of Staff (JCS), Congressional Mandates, and Joint Technical Architecture (JTA) requirements and adheres to National Policy as it relates to the provision of data on broadcasts to Coalition Partners. The physical location will be independent of the function. Open systems architecture will accommodate new system interfaces and upgrades. Modularity will accommodate two critical features: spiral development and integration of additional sensor and communications packages throughout the life of the system, and the 2-Level Maintenance concept (i.e. sensor & component "swap-out" capability at the field level). Permits users to obtain additional amplifying information, producer-to-producer interaction, and allows for cost-effective expansion to networked sensor capability. ARGUS will utilize common track/report/event numbers and provides an efficient means for producer to update previously reported tracks/reports/events (preferably automated) and support several levels of secure data simultaneously and accreditation for processing said data. The Government requests interested contractors submit a qualification package, not to exceed ten (10) one-sided pages, not including supporting graphical illustrations, to ESC/SRK, Attn Capt. Ron King 29 Randolph Road, Bldg 1102C, Hanscom AFB, MA 01731-3010. UPS, Fed Ex, or other carrier shipments should be addressed to: ESC/SRK, Attn Capt. Ron King, 11 Barksdale St., Bldg 1614, Hanscom AFB, MA 01731 not later than 15 days after release of this synopsis. The capability packages should indicate the source's intent to be either a prime contractor or subcontractor. Sources interested in being only a subcontractor should briefly identify relevant experience and expertise only in a two (2) page response. An additional one (1) page of questions to the Government may be included under separate cover for all submissions. Sources are also requested to identify any on-going Government contract vehicles they may have for the same or similar work. Please include the name and number of the on-going contract, contract scope, contract type, period of performance, contract deliverables, dollar thresholds and limitations, the issuing Government agency, and the name and telephone number of the Contracting Officer. Interested contractors should also identify if they qualify as a large, business, small business, small disadvantaged business, 8(a) concern, women-owned small business, HUBZone small business, veteran-owned small business or service-disabled veteran-owned small business and whether they are an U.S. or foreign-owned firm. The Government will evaluate each capability package submitted to determine whether they are considered "highly competitive" or "not highly competitive" and will notify each source, in writing, of the Government's determination and its rationale. Capability packages should address their sources' qualifications with respect to the key ARGUS features discussed above and the following six (6) screening criteria: (a) Personnel, facilities and storage with SECRET clearances (b) Past experience in designing and building hardware and software for sensors (c) Past experience in integrating Commercial Off-The-Shelf (COTS) hardware and software (d) Specific expertise in / knowledge of existing unattended sensor technology (e) Specific expertise in / knowledge in communications, dissemination, and DoD systems and (f) Knowledge of DoD architecture, activities and standards. Interested offerors who respond with their intention to be a prime contractor will be evaluated against the above screening criteria. Those not meeting the screening criteria will be invited to discuss with the Government their ability to meet the requirements of a prime contractor. This synopsis is for planning purposes only and does not constitute a request for bid or proposals, nor does its issuance restrict the Government as to the ultimate acquisition approach. The Government does not intend to award a contract on the basis of this notice or otherwise pay for information provided in response to this synopsis. Also for your information, an ARGUS Industry Day is planned for 30 July 2002 from 0830 - 1200 hours, and will be held at the MITRE Corporation, 202 Burlington Rd., Bedford, MA, in Room 1S-100. Demonstrations of technology or existing systems by government or industry will not be conducted as part of this industry day. The ARGUS Program Office will entertain requests for one-on-one discussions with those contractors interested in being a Prime Contractor during the afternoon of 30 July 2002 and on 31 July 2002. Discussions will be limited to 40-minute sessions. The POC for Registration for the Industry Day and one-on-one meetings is Mr. Chris Haftel, (781) 377-9448, Chris.Haftel@hanscom.af.mil. Directions can be accessed at http://www.mitre.org. Please limit attendees to three (3) personnel per respondent. The Hanscom Electronic RF Bulletin Board (HERBB) will be the primary source of information for this acquisition. Interested parties should call 781-271-0500 or subscribe online at http://herbb.hanscom.af.mil. Industry comments and questions shall be directed to ESC/SRK, Capt Ron King, (781) 377- 8966, Ronald.King@hanscom.af.mil. An Acquisition Ombudsman, Colonel Joseph P. Maryeski, Director, Commander's Staff, has been appointed to hear concerns from offerors or potential offerors during proposal development. You should only contact the Ombudsman with issues or problems you cannot satisfactorily resolve with the program manager and/or contracting officer. The Ombudsman role is to hear concerns, issues, and recommendations and communicate these to the appropriate government personnel. The Ombudsman will maintain strict confidentiality if desired. The Ombudsman does not evaluate proposals or participate in source selection. You can contact the Ombudsman at (781) 377-5106. See Note 26.
- Web Link
-
ESC Business Opportunities Web Page
(http://www.herbb.hanscom.af.mil)
- Place of Performance
- Address: N/A
- Zip Code: N/A
- Country: N/A
- Zip Code: N/A
- Record
- SN00095995-W 20020621/020619213509 (fbodaily.com)
- Source
-
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |