Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 21, 2011 FBO #3557
SOURCES SOUGHT

99 -- RFI for an anticipated PBL contract supporting LRC and WIN-T sustainment requirements/elements.

Notice Date
8/19/2011
 
Notice Type
Sources Sought
 
NAICS
811213 — Communication Equipment Repair and Maintenance
 
Contracting Office
ACC-APG (C4ISR), HQ CECOM CONTRACTING CENTER, 6001 COMBAT DRIVE, ABERDEEN PROVING GROU, MD 21005-1846
 
ZIP Code
21005-1846
 
Solicitation Number
W15P7T-11-R-B205
 
Response Due
9/19/2011
 
Archive Date
11/18/2011
 
Point of Contact
Walter S. Mera Jr., 443-861-4968
 
E-Mail Address
ACC-APG (C4ISR)
(walter.s.mera.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
REQUEST FOR INFORMATION: This announcement constitutes an official Request For Information (RFI). This is a request for information only, as defined in FAR 15.201(e). THERE IS NO SOLICITATION AT THIS TIME. This request for capability information does not constitute a request for proposals; submission of any information in response to this RFI market survey is purely voluntary; the government assumes no financial responsibility for any costs incurred. DISCLAIMER: This RFI is for planning purposes only, and shall not be considered a Request for Proposal (RFP), or Invitation for Bid (IFB), nor an obligation from the U.S. Government (USG) to acquire any products or services, or an authorization to incur any cost in anticipation of such authorization. This office does not intend to award a contract on the basis of this RFI or reimburse respondents for information solicited. This information is subject to change and in no way binds this office to pursue any course of action described herein. If this office chooses to issue a RFP at some future date, another notice will be published. PURPOSE: The Office of Federal Procurement Policy has been encouraging government contracting officers to communicate better with industry before and after contract awards to better understand what is available and how it should be contracted. A central tenet of acquisition reform is to significantly improve the quality of market research. One of the main benefits of solid market research is to materially improve the Government's understanding of the current state of the marketplace, including commercial/Government best practices, industry capabilities, innovative delivery approaches, commercial market service levels, performance strategies and measures. For this upcoming requirement, a special emphasis of the market research is being placed on performance metrics and measurements, innovative delivery methods for the required services, and incentive programs that your firm may have found particularly effective. The Government is also interested in identifying performance criteria that differentiates between and among high quality firms in this field. We believe this information will dramatically improve the quality of the forthcoming acquisition, inclusive of the solicitation and resulting contract. This is not a Request for Proposal (RFP) or an Invitation for Bid (IFB), nor is it to be construed as a commitment by the Government. Responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. The proposed contract shall provide Performance Based Logistic (PBL) driven support and management services for the Warfighter Information Network - Tactical Increment 1 (WIN-T Inc 1) systems, component parts, and test sets, located worldwide. This RFI is intended to provide a forum to identify opportunities to increase efficiencies and effectiveness of the sustainment phase of the life cycle for WIN-T Systems Inc 1 through the application of performance base logistics (PBL). Based on responses to this RFI, it is anticipated a future solicitation will be procured through full and open competition with an estimated contract award date of First Quarter Fiscal Year 2013. Note: RFI responses will NOT be shared with other industry suppliers and will solely be used as part of the contract planning process. BACKGROUND: The WIN-T Inc 1 program is a state-of the-art Commercial Off The Shelf (COTS)/Government Off The Shelf (GOTS) communications network that enables the exchange of voice, video, and data throughout tactical Army units and into the sustaining base. WIN-T Inc 1 is an Acquisition Category (ACAT) 1D weapon system of systems initially fielded as the Joint Network Node-Network (JNN-N) to meet requirements specified in the Bridge to Future Networks (BFN) Capabilities Production Document (CPD). To meet BFN CPD requirements, the JNN-N was acquired as an emergency communications upgrade to augment Current Force tactical communications network capabilities with the application of COTS technology. The JNN-N program was reorganized under the WIN-T program as part of the 5 June 2007 Nunn-McCurdy certification of the WIN-T program as WIN-T Inc 1. WIN-T Inc 1 is currently being procured under the Lot 10 production contract (W15P7T-07-D-K001). It leverages commercial satellite technology to provide beyond line of sight capabilities and commercial internet networking technology to increase functionality and efficiency while reducing size, weight and power. WIN-T Inc 1 components reside at the Theater, Corps, Division, Brigade and Battalion levels and provide interfaces to lower level systems including on the move and soldier platforms. The WIN-T Inc 1 system includes but is not limited to the following end items (nodes): a)AN/TSC-167F(V)1,2 JNN SATCOM Transportable Terminal (STT) b)AN/TSC-185(V)1,2 JNN SATCOM Transportable Terminal (STT) c)AN/TSC-169B Unit Hub SATCOM Truck (UHST) d)AN/TSC-187 Unit Hub SATCOM Truck (UHST) e)AN/FSC-141 Regional HUB Node (RHN) Antenna f)OA-9517/T Master Reference Terminal (MRT) g)OA-9523/T Master Reference Terminal (MRT) h)AN/TTC-56(v)3, 4 Single Shelter Switch (SSS) i)AN/TTC-56A(v)3, 4 Single Shelter Switch (SSS) j)AN/TTC-59(V)4,5,6 Joint Network Node (JNN) k)AN/TTC-59A(v)3,5,6 Joint Network Node (JNN) l)AN/TTC-61(V)3 Tactical Hub (TAC HUB) m)AN/TTC-61A(V)2,3 Tactical Hub (TAC HUB) n)AN/FSC-133(V)1-5 Regional Hub Node (RHN) o)AN/TTC-64(V)2,3 Battalion Command Post Node (BnCP) p)OM-87A&B Battalion Command Post Node (BnCP) q)OL-761(V)1-7T Network Operations (NetOps) r)OL-783(V)1-4 Tactical NetOps Management System (TNMS) The approved Army Procurement Objective (APO) requiring support is 216 units (residing at the aforementioned echelons) and 1,860 nodes which comprise the above list of nomenclatures. OBJECTIVE: WIN-T Inc 1 is currently supported through Interim Contractor Logistics Support (ICS) by a two level maintenance concept that includes field and depot level maintenance. This office intends to transition from the current ICS sustainment strategy to a PBL Support Strategy (SS). The WIN-T Inc 1 PBL SS requires performance-based support for those elements listed under scope and provides the best value to the Army. The overarching objective is to reduce total ownership cost without degrading current system readiness and reliability for both peace and war time arenas. The PBL team will consist of a Product Support Integrator (PSI) and multiple Product Support Providers (PSPs). The PBL sustainment contract will support a Product Support Strategy (PSS) structure that utilizes PBL with the Logistics & Readiness Center (LRC) as the PSI. The PSI office will be the single point of accountability and touchstone for PM WIN-T throughout the remaining lifecycle of WIN-T Inc 1. This office plans to seek a primary Product Support Provider for the elements of sustainment listed under scope. The PSP will serve as the single point of accountability for those elements listed, accountable to the PSI and PM. SCOPE: The anticipated PBL contract will support the following LRC and PM WIN-T sustainment requirements/elements:(1) Program Management of the contract, Engineering and Test Support; (2) Field Service Support;(3) Modification Work Orders (MWO) Development and Implementation;(4) Post Deployment Software Support (PDSS);(5) Supply Chain Management of CECOM managed spare parts; (6) Packaging, Handling, Shipping and Transportation (PHS&T); (7) Reset and Depot Level Overhaul; and (8) all versions of Inc 1/JNN equipment (Spiral 1 to Lot 14) including the Original Equipment Manufacturer (OEM) equipment for the aforementioned end items listed above. It is further noted that the PBL approach may utilize public-private partnership (PPP) agreements in accordance with the Inc 1 Core Logistics Analysis (CLA) as long as a single point of accountability for all objectives is identified. The most effective and efficient PBL approach must comply with the Army's Two Level Maintenance Policy, Core Logistics Statute, US Code, Title 10, Section 2464, and Army Force Generation (ARFORGEN) objectives of Planning, Fielding Execution, Deployment Support, Support while Deployed, and Reset capabilities for both war and peace time arenas. Engineering services support includes the hardware (HW) and software (SW) support needed to maintain the WIN-T Inc 1 fielded baseline as well as implementing WIN-T Increment 1 system changes and updates due to evolving requirements. The PSP will be required to insert new technologies, components, and/or configuration items into the WIN-T Inc 1 system as specified by the Government under separate Engineering Change Proposals (ECP) and/or contract modifications. Additionally, technical assistance will be needed in implementing cyclical technology refreshment for End of Life/obsolete items. The PSP will be required to provide modification services performed in either the contractor's facilities or at Government-provided sites. The Government will make available test-bed assets for use in the contractor's facilities or at a Government-provided site as required to support the software and system integration test activities. Services will include reconfiguration of system or equipment, updates of systems to satisfy new deployment requirements and implementation of Modification Work Orders (MWO). For all software integration work implemented, the PSP will be required to perform software testing, to include Software Integration and Testing (SI&T) and Government-witnessed testing. The PSP will deliver test related documentation such as test procedures and reports, and software version description documentation. The PSP will also provide documentation and support to allow for the transition and sustainment of the new integrated software products to the CECOM Software Engineering Center performing Post Production Software Support (PPSS). The PSP shall be capable of providing field service support. Contractor Field Service Representatives (CFSRs) shall be required at CONUS and OCONUS locations and required to provide training, technical manual preparation and updates, network planning and management, system software (SW) and firmware (FW) installation/updates, maintenance screeners and troubleshooters, repair and maintenance turn-in points. The supply chain strategy must be seamless to the Soldier, completely interface with the Standard Army Management Information Systems (STAMIS) via Electronic Data Interchange (EDI), and use the Army Standard Supply System (e.g. process and fill requisitions) for WIN-T Inc 1 parts that are coded as Source of Supply (SOS) B16 (CECOM). The goal for the WIN-T PBL supply chain is 95% stock availability. Stock availability is defined as the number of requisitions delivered to CONUS and OCONUS sites within the Customer Wait Times (CWT) listed below: Wartime CWT None > 3 Days; Peacetime CWT None >7 Days All assets to support the supply chain are considered Government Owned, Contractor Maintained. B16 stock must be maintained to the latest configuration and the contractor must adjust Government stock levels in Logistics Modernization Program (LMP) via a Government approved interface. Government stock levels must be maintained via procurement or repair from the applicable Source of Repair (SOR)/Source of Supply (SOS). For repairable items, the PSP will accept, inventory, and coordinate the repair/replacement of unserviceable assets received from the Inventory Control Point (ICP) and will utilize these assets as part of the available pool of stock to fill requisitions. For planning purposes, utilize a 75% Unserviceable return rate (UNRR) on applicable items. The PSP will require Government approval prior to taking disposal actions. The current ICS support strategy utilizes commercial world wide support centers to supplement organic forward support as a means of achieving the stock availability and CWT goals for WIN-T Inc 1 equipment. If an alternative solution is proposed, the vendor must provide a detailed overview of the strategy and an implementation plan. If the proposed sustainment strategy utilizes or partners with organic entities such as Army Depots or the Defense Logistics Agency (DLA) as a source of supply, then an explanation is required for how these organizations will be used in response to this RFI. All items included in this RFI are CECOM managed items. However, WIN-T Inc 1 uses DLA managed items as piece parts for the repair of Depot Level Repairables (DLRs). The procurement of these piece parts must comply with the Army Materiel Command (AMC) Memorandum, "Order of Preference for Utilizing Repair Parts from Various Source of Supply (SOS)", available upon request. RESPONSES: All submissions should be in Microsoft Word for Office 2003 or a compatible format. The Government intends to use various military and civilian Army personnel in reviewing and evaluating any responses to this announcement. The Army contracts with each company include the appropriate organizational conflict of interest and nondisclosure agreements. Proprietary information WILL NOT BE ACCEPTED. A.The government will evaluate responses to this RFI to ascertain potential market capacity to 1) provide services consistent in scope and scale with those described in this notice and otherwise anticipated; 2) secure and apply the full range of corporate financial, human capital, and technical resources required to successfully perform similar requirements; 3) implement a successful project management plan that includes: compliance with tight program schedules, cost containment, meeting and tracking performance, hiring and retention of key personnel and risk mitigation; and 4) provide services under a performance based service acquisition contract. B.In providing your response to this RFI, please ensure you address the following, as well as, provide any additional data/information you feel necessary for the Government to assess the availability of suppliers for this level of service. In addition, if your organization has the potential capacity to perform above listed services, please discuss the particulars of this effort with regard to the aforementioned Governmental Compliance Standards. Responses SHALL NOT include any proprietary data: 1)Organization name, address, email address, Web site address, telephone number, and size and type of ownership for the organization. 2)Tailored capability statements addressing the particulars, metrics, requirements of this effort with appropriate documentation supporting claims of organizational and staff capability. If significant public-private partnerships (PPP) subcontracting or teaming is anticipated in order to deliver technical capability, organizations should address the administrative and management structure of such arrangements. 3)A one page company history to include prior major products and primary customer base. Additionally, RFI responders should provide examples of past experience and should demonstrate their past PBL accomplishments that would warrant the Government's consideration of the company as a prospective PSP for maintenance, supply support, engineering, training, field support, and other services including handling of the classified information up to SECRET. 4)For all elements listed under scope suggest metrics to measure performance of those elements with the exception of the supply chain for which metrics are provided in the body of this RFI. Recommend methods to create and maintain a metrics database for monitoring and managing the performance of the contract. Also discuss and identify performance criteria that differentiate between and among high quality firms in PBL field and incentive plans that your firm has found particularly effective. 5)Describe your knowledge of military communications systems that demonstrates your firm's technical/logistics capability to support WIN-T Inc 1, to include knowledge of the WIN-T Inc 1 hardware and software, and ability to perform software and system integration testing. 6)Explain how your firm has successfully performed the role of Product Support Provider on any other DoD systems. If your firm has performed under a PBL (DoD or commercial) contract in the past, provide best practices you have used to be successful to include lessons learned. If applicable, provide DOD agency and contract number 7)Briefly describe any potential constraints and boundaries that you anticipate with the responsibilities of managing a PBL support contract. 8)Briefly describe your firm's experience operating in hostile, contingency, or combat environment, in support of military operations worldwide. 9)Briefly describe your experience implementing tactical integrated communications systems product improvements and enhancements. 10)Please provide a listing of your firm's worldwide support centers that would be utilized in support of this initiative. If your strategy does not include commercial support centers, please provide your alternative strategy. 11)If a contract is awarded, please identify the transition time required from ICS to begin filling requisitions under a PBL Support Strategy utilizing the standard army supply system. 12)Cost: For planning purposes, vendor should provide a Rough Order of Magnitude (ROM) for the supply support portion of the objectives. This should be the recommended Supply Chain Management (SCM) strategy which includes: supply support, supply chain planning, repair of Depot Level Repairs (DLRs), requisition processing, stock, store, and issue, operation of any forward supply centers, disposal, and any other associated tasks of supply support. ROM should be provided for a 5-year and 10-year Period of Performance (POP). Submission of information: Responses to this RFI shall be unclassified and should not exceed 40 pages in length. Telephone inquiries regarding this notice will not be honored. All restricted information SHALL be clearly marked. Responses to the RFI will not be returned and no feedback or evaluations will be provided to companies regarding their response to this RFI. All interested parties are invited to submit a response to this RFI on or before 19 SEPTEMBER 2011, 1600 Eastern Daylight Savings Time (EDST). Telephone inquiries and verbal questions will NOT be accepted or acknowledged. Any Government answers, responses will be posted to the ASFI. Accordingly questions shall NOT contain proprietary or classified information. All responses and questions under this RFI must be transmitted electronically via e-mail to Ms. Nina Bushnell, Contract Specialist, E-mail: nina.m.bushnell.civ@mail.mil ----------
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/a0cebe5d26bc7fc01f36219ec37bac5c)
 
Place of Performance
Address: ACC-APG (C4ISR) HQ CECOM CONTRACTING CENTER, 6001 COMBAT DRIVE ABERDEEN PROVING GROU MD
Zip Code: 21005-1846
 
Record
SN02542047-W 20110821/110819235523-a0cebe5d26bc7fc01f36219ec37bac5c (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.