SOLICITATION NOTICE
R -- Solicitation Number W9113M-04-R-0005 for the Guardian Installation Protection Program (IPP) Lead System Integrator (LSI)
- Notice Date
- 12/16/2003
- Notice Type
- Solicitation Notice
- Contracting Office
- US Army Space and Missile Defense Command, Deputy Commander, ATTN SMDC-CM-AP, P.O. Box 1500, Huntsville, AL 35807-3801
- ZIP Code
- 35807-3801
- Solicitation Number
- W9113M-04-R-0005-A
- Response Due
- 2/17/2004
- Archive Date
- 4/17/2004
- Point of Contact
- Michele Williams, 256-955-3388
- E-Mail Address
-
Email your questions to US Army Space and Missile Defense Command, Deputy Commander
(michele.williams@smdc.army.mil)
- Small Business Set-Aside
- N/A
- Description
- NA This acquisition is for the Installation Protection Program (IPP) Lead Systems Integrator (LSI) for the Joint Project Office Guardian, Falls Church, VA and Other Government Agencies related to Joint Program Executive Office (JPEO), Chemical and Biological Defense. The contractor will be expected to provide anti-terrorism (AT) capabilities against potential weapons of mass destruction (WMD) events at approximately 185 CONUS installations and 15 OCONUS installations. The IPP capability consists of Chemical, Biological, Radiological, and Nuclear (CBRN) detection, identification, warning, reporting, decision support, individual protection, collective protection, decontamination, medical countermeasures, medical diagnostics, and medical surveillance components and will be tailored to the needs and composition of each IPP site to include the provision of one year of sustainment. The IPP scope of work (SOW) is anticipated to provide for several functional areas, including: Management, planning, and responsibilit y for total systems performance of each installation's CBRN design; Development of the Systems Architecture and requisite systems specifications required for the IPP to produce the capabilities documented in the Urgent Requirements Capabilities Document (U RCD) and Initial Systems Architecture; Procurement of COTS chemical, biological, radiological, and nuclear defense equipment; Integration of COTS, Government Furnished Equipment (GFE), Government-Off-The-Shelf (GOTS), and GFI into a systems solution; Devel opment and integration of the system's Command and Control (C2) architecture into the installation's Command, Control, Communications, Computers and Intelligence (C4I) network for installation protection and emergency responder control. This includes inst allation, fielding, and sustainment for one year of the complete IPP system at every installation; Integrated Logistics Support (ILS) to include training, spares, Acquisition Logistics Support (ALS)/Contractor Logistics Support (CLS) for one year, quality control, including configuration management, adherence to standards and specifications, and system acceptance and sustainment; Testing and Evaluation (T&E), in accordance with the Overarching Test Concept Plan (OTCP); development and use of engineering mod els and simulations using analytical data tools as required; updating the system architecture with new technology as it becomes available; providing support for installation development of CONOPS, Memoranda of Agreement or Understanding (MOAs or MOUs), and other operational coordination support required at each installation to accommodate the CBRN capabilities provided under the IPP. The Government anticipates the award of one (1) contract under full and open competition. This contract will be awarded as a Cost-Plus-Fixed-Fee (CPFF) contract with Cost Reimbursable Materials and Travel. Direction will be given to the LSI via Technical Directives (TDs). It is anticipated that the TDs will be issued as CPFF in the beginning; once the requirements become mor e fully developed, we anticipate issuing Firm-Fixed-Price (FFP) TDs or TDs with FFP elements. This contract is planned to be issued for a three-year base period of performance with the potential for three (3) one-year Award Term extensions. The Governmen t does not intend to limit either the number or types of teaming arrangements entered into by the potential offerors. Further, we do not intend to impose any restrictions on team membership after award. In order to be considered for award, offerors must possess a SECRET facility security clearance. It is anticipated that this acquisition will preclude foreign participation at the prime level only. Potential prime contractors are requested to provide, via email to michele.williams@smdc.army.mil, a point of contact (POC) for subcontracting opportunities related to the Guardian acquisition; this POCs name, number, and email will be posted on the Guardian webpage. Relative to subcontracting opportunites, the North American Industry Classification System (NAICS) Code for this acquisition is 541330 with size standard of $23M. The Request for Proposal (RFP) W9113M-04-R-0005 is scheduled to be released on or about 30 December 2003, with a closing date of on or about 17 February 2004. Additional acquisition information, as well as the RFP, when released, is/will be available at the Guardian Website, http://www.smdc.army.mil/Contracts/Guardian.html. The Contract Speci alist/Contracting Officer is Ms. Michele Williams,(256) 955-4565, or e-mail michele.williams@smdc.army.mil. NO PAPER COPIES OF THE RFP WILL BE PROVIDED NOR IS A MAILING LIST BEING MAINTAINED FOR THIS ACQUISITION.
- Place of Performance
- Address: US Army Space and Missile Defense Command, Deputy Commander ATTN SMDC-CM-AP, P.O. Box 1500 Huntsville AL
- Zip Code: 35807-3801
- Country: US
- Zip Code: 35807-3801
- Record
- SN00490714-W 20031218/031216212457 (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 |