Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 07, 2010 FBO #2966
SOLICITATION NOTICE

10 -- Counterintelligence/Human Intelligence (CI/HUMINT) Systems Prototyping, Development, Procurement, Integration, Testing, Training, Fielding, Deployment and Sustainment

Notice Date
1/5/2010
 
Notice Type
Presolicitation
 
Contracting Office
CECOM Contracting Center (CECOM-CC), ATTN: AMSEL-AC, Building 1208, Fort Monmouth, NJ 07703-5008
 
ZIP Code
07703-5008
 
Solicitation Number
W15P7T10RS613
 
Response Due
1/29/2010
 
Archive Date
3/30/2010
 
Point of Contact
Carla Lueddeke, 732 427 1514
 
E-Mail Address
CECOM Contracting Center (CECOM-CC)
(carla.lueddeke@us.army.mil)
 
Small Business Set-Aside
N/A
 
Description
The Communications and Electronic Command (CECOM), located in Aberdeen, MD has a requirement for Counterintelligence / Human Intelligence (CI/HUMINT) software development, systems development, hardware procurement, integration, testing, fielding, training, deployment and sustainment. This Request for Information (RFI) is to assist the Government in developing a path forward for Increment 2 of the Counterintelligence/Human Intelligence Automated Reporting and Collection System (CHARCS). The purpose of this RFI is to determine if there are sources capable of satisfying the Governments requirements. Feedback addressing the clarity, feasibility, scope, and potential alternative means of meeting the Governments requirement is sought. The Government is looking for a solution for CHARCS Increment 2 and its peripherals, if available, including all components, software development, hardware procurement, software, hardware, integration, training, delivery and maintenance and field support. The Government seeks to ascertain the suitability and risk of providing the CHARCS Increment 1 source code as a part of a future solicitation. For the purposes of this RFI, the respondents will be given access to the CHARCS Increment 1 hardware and software at a Government reading room. The purpose of providing access is to assist the respondents in providing feedback on the quality and suitability of existing hardware and software for Increment 2. The Government will provide a specific location where the interested companies can view the CHARCS Increment 1 hardware and software. Copies of classified information will NOT be released. Companies who are interested in viewing the CHARCS Increment 1 hardware and software are allowed a maximum of four individuals who must possess current SECRET clearances. Companies will be responsible for submitting Clearance Visit Requests (CVRs) to Joint Personnel Adjudication System (JPAS) Code W6DU013. Visitor requests must be received by the Acquisition Sponsor Project Officer(ASPO) Security Team no later than 14 January 2010. ASPO Security Team Points of Contact (POCs) for visit requests are Yolanda Knight at 703-428-8872 and James Lewis at 703-428-8805. Scheduled visitation for source code examination is required. Source code examination will occur 19-22 January 2010 and 25-27 January 2010 from 0800-1700 hours. Source code examination appointments will be available in a maximum eight (8) hour block per day. Appointment times are first come first served. No other times are allotted. One appointment per Company is permitted. POC for scheduling times is MAJ Isaac Williams at 703-704-3185. Failure to provide a JPAS CVRs and failure to conduct prior coordination for visitation time will result in denial of access to the classified information. The Government has identified the following capability peripherals as a requirement for the CHARCS Increment 2 system configuration: Counter Human Deception Detection Device; Digital Media Forensics Device; Document and Media Exploitation Device (DOMEX) Machine Language Translation Text to Text, Speech to Speech, Text to Speech and Speech to Text, and Handheld device (HH) Handheld Biometric Collection Device. Although the majority of work associated with this solicitation is SECRET Not Releasable to Foreign Nationals/Governments/Non-US Citizens (NOFORN), there is the possibility that there will be classification requirements for up to the TOP SECRET/Sensitive Compartmented Information (SCI) level. Contractor personnel are required to have Department of Defense (DoD) security clearances to the TOP SECRET/SCI level for key personnel. Responders are required to have a (COMSEC) account. Handling of material up to SECRET NOFORN is required. Storage clearances of at least the SECRET NOFORN level are required and arrangements shall be made if necessary for Top Secret/SCI storage. THIS IS A REQUEST FOR INFORMATION (RFI) ONLY. This RFI 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 request for information does not commit the U.S. Government to a contract for any supply or service whatsoever. Furthermore, the U.S. Government is not at this time seeking proposals and will not accept unsolicited proposals. Responders are advised that the U.S. Government will not pay for any information or administrative costs incurred in response to this RFI and all costs associated with responding to this RFI will be solely at the interested partys expense. Not responding to this RFI does not preclude participation in any future RFP, if one is issued. If a solicitation is released, it will be synopsized on the Federal Business Opportunities (FedBizOpps) website through the Interactive Business Opportunity Page (IBOP) (see Response paragraph of the RFI for IBOP e-mail address). It is the responsibility of the potential offerors to monitor these sites for additional information pertaining to this requirement. Background CHARCS is incrementally introduced through two distinct versions of preplanned blocks of functionality. In the baseline hardware from Increment 1 it does not change with Counterintelligence Human Intelligence Automated Tool Set (CHATS) (AN/PYQ-3) and Individual Tactical Report Tool (ITRT) (AN/PYQ-8). In Increment 2 the hardware additions change to having mission specific Peripheral Sets and Kits (PSKs); Collection PSKs; Document and Media Exploitation (DOMEX) PSKs; and other PSKs; and CI/Interrogation/Biometrics, (a handheld collection device and a counter human deception device). The CHARCS toolset is used for CI and HUMINT collection, reporting, and dissemination; software development, which includes a web-enabled access; supports team-level contact management; identification of intra-team, inter-team, and communications capability; beyond Line-of-Sight (LOS) on the move report transmission capability; interrogation management tool; source optimization management tools; development of software to incorporate management and use of Intelligence Contingency Funds (ICF) user forms; peripheral devices for workstation/basic office management; Additional functional specialty PSKs; and software development which incorporates standard set of modifiable CI and HUMINT reports and forms with Universal Message Text Formats (UMTFs). In the future, CHARCS Increment 2 may be required to leverage and host selected functional software applications and hardware developed by other emerging programs of record. These related systems currently include the following: 1. Biometric Automation Toolset (BAT) for capturing, recording, and reporting biometric information on individuals of interest and, 2. Machine Foreign Language Translation System (MFLTS); a base line currently under development which provides Machine Language Translation (MLT) use for recording speech to speech translation,text to text translation, speech to text and text to speech and transliteration for Document and Media Exploitation (DOMEX) missions. CHARCS interoperates with Distributed Common Ground System Army (DCGS-A). As part of evaluating any response received, CECOM will be assessing the potential existence of other sources and is requesting capability packages from industry on the requirements below. The Government is looking for information on potential sources with the ability to perform the following items, with the support of sub-contractors, if needed. Interested sources and or prospective teaming arrangements/partners shall possess an in depth understanding of the following specific areas: (1) Knowledge, experience and capability to produce a software prototype system if needed. (2) Knowledge and experience with software development associated with various domains of Counterintelligence (CI)/Human Intelligence (HUMINT) Collection and Reporting and CI/HUMINT Domains. (3) Knowledge and experience with analyzing and modifying existing source code to integrate existing and future peripherals. (4) Knowledge and experience of creating a life cycle support strategy for the CHARCS inventory. (5) Knowledge and experience with systems procurement, research, engineering and development associated with the various domains of CI/HUMINT. (6) Systems integration, testing, fielding, training, deployment and sustainment of CI/HUMINT automated reporting and collection capabilities. (7) Capability to integrate the following system requirements related to these peripherals to include: Counter Human Deception Detection Device: Portable, ruggedized handheld device that will be capable of recording the human source responses to questioning and analyzing resulting physiological responses to determine deception. Digital Media Forensics Device: Portable handheld imaging tool that extracts data from cellular phone/ headset, hard drives, and from other media storage devices. Digital Media and Exploitation Device: Capability to provide the extraction of information from captured enemy documents, material, or information media. Tag and track all scanned documents, media and captured enemy equipment using a barcode compatible with future language capabilities. Handheld (HH) Device: pocket-sized capability to produce spot and situational reports, Global Positioning System (GPS) coordinates, collect images, video, sound, and capture, record, and report biometric information on individuals of interest. The biometric system will meet the current national standards (American National Standard Institute/National Institute of Standards and Technology). This HH will have the ability to operate with team communications for immediate transmission of spot and situational reports. HH capability will be Government Furnished Equipment (GFE); however, the integration of this device into the CHARCS system will be incumbent on the vendor. (8) Ability to provide a Technology Readiness Assessment (TRA) of the current software and hardware integration effort. This will be used to determine the Technical Readiness Level (TRL) per the DoD Technology Readiness Assessment Deskbook (TRAD). (9) Expert knowledge and experience in systems engineering systems integration and program management as evidenced through experience and certifications/education, e.g. Program Management Professional (PMP), etc. (10) Knowledge and experience with engineering design, testing, and fabrication/production of Command, Control Communications, and Computers, Intelligence, Security and Reconnaissance (C4ISR) computing systems. (11) Experience with minor and major system software and hardware procurement activities. (12) Experience, knowledge and qualifications to develop the appropriate documentation, including technical manuals, training manuals, user guide, etc., associated with the software development, systems development and hardware minor/major procurements in support of testing, training, fielding and deploying new technologies and capabilities. (13) Experience with conducting, managing, and maintaining quality control and testing procedures to facilitate establishment of failure rates among procured items. (14) Experience and execution of configuration management and configuration control, including management of engineering change proposals and associated changes in system specifications. (15) Ability to possess, obtain, and maintain a TOP SECRET/SCI level for key personnel with requisite experience and knowledge in the above areas. (16) Operate and maintain a facility clearance of at least the SECRET level. (17) Experience and execution of materiel inspection and control relative to procured and fabricated items. (18) Experience with sustainment of military equipment, including IUID. Respondents should provide a draft supportability plan. Response This submission shall be limited to twenty (20) pages responding to all topics, to include graphics, charts, spreadsheets, etc. Please be clear about the topics (s) to which you are responding and reference your response to the respective numbered item. Interested sources are encouraged to submit product literature in response to this RFI, not to exceed 10 pages. As part of the response, sources are requested to provide estimated unit prices and life cycle sustainment cost for their CHARCS product solution. Interested parties should strongly consider using CHARCS Increment 1 software as the baseline for future development toward the Increment 2 system. Regardless of the amount of change to the Increment 1 source code, the Government prefers to retain unlimited rights to the Increment 2 source code. The Government intends to award the future effort as a firm-fixed price contract. All responses shall be posted to Interactive Business Opportunity Page (IBOP) no later than 29 January 2010 under Market Survey Number W15P7T10 R-S613. Questions regarding this announcement shall be submitted in herein through the IBOP. Verbal questions will NOT be accepted. Questions will be answered by the CECOM Contracting Center by posting the responses to the IBOP. The Government does not guarantee that questions received after 29 January 2010 will be answered. To access the IBOP website, go to https://abop.monmouth.army.mil. Click on Army Solicitations, then CECOM Market Surveys, then W15P7T10-R-S613 to view other important information related to this RFI. Interested parties are invited to subscribe to the IBOP website to ensure they receive any important information updates connected with this RFI. To register for IBOP click on Support Services, User Registration or call 732-427-1663.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/e9d0cfd55dc80315d3389d2cbf35193a)
 
Place of Performance
Address: CECOM Contracting Center (CECOM-CC) ATTN: AMSEL-AC, Building E4513 APG MD
Zip Code: 21010
 
Record
SN02034944-W 20100107/100105235700-e9d0cfd55dc80315d3389d2cbf35193a (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO 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.