SOURCES SOUGHT
99 -- SOURCES SOUGHT - JTAGS P3I. Note: W9113M-10-R-0015 has been replaced by W9113M-11-R-0015.
- Notice Date
- 10/19/2011
- Notice Type
- Sources Sought
- NAICS
- 541712
— Research and Development in the Physical, Engineering, and Life Sciences (except Biotechnology)
- 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-11-R-0015
- Response Due
- 11/3/2011
- Archive Date
- 1/2/2012
- Point of Contact
- Christy L. Tarantini, 256-955-5890
- E-Mail Address
-
US Army Space and Missile Defense Command, Deputy Commander
(christy.tarantini@us.army.mil)
- Small Business Set-Aside
- N/A
- Description
- SOURCES SOUGHT NOTICE TO INDUSTRY In accordance with Federal Acquisition Regulation (FAR) 5.205(c) this sources sought notice is issued to obtain market research information and for planning purposes only and does not constitute a solicitation. Responses will not be returned. In accordance with applicable FAR provisions a response to this notice is not an offer and cannot be accepted by the Government to form a binding contract. Responders are solely responsible for all expenses associated with their response. Not responding to this market research will not preclude participation in any future Request for Proposal (RFP), if issued. If a solicitation is released, it will be publicized in accordance with the requirements of the FAR. The information received will be used within and by the U.S. Space and Missile Defense Command/Army Forces Strategic Command and Program Executive Office Missile and Space (as well as Headquarters Department of Army and/or Department of Defense, if required) to facilitate the acquisition and program decision making process and will not be disclosed outside of these organizations. This announcement is not a request for proposals, but a survey of the market for potential sources. No reimbursement will be made for any costs associated with providing information in response to this announcement or any follow-up information requests. This notice does not constitute a RFP and is not to be construed as a commitment by the Government for any purpose other than market research. Respondents will not be notified of the results of any government assessments. The decision to solicit for a contract shall be solely the Government's discretion. DESCRIPTION: The US Army Space and Missile Defense Command intends to negotiate using full and open competition procedures pursuant to FAR Part 15 for the design, development, test, production, fielding, and sustainment of up to seven modernized Joint Tactical Ground Station (JTAGS) Units and exerciser suite equipment. The units will be designed to add the capability to provide connectivity to and to process data from both existing Defense Support Program (DSP) satellites and Space Based Infrared System (SBIRS) Geosynchronous (GEO) and Highly Elliptical Orbit (HEO) satellites to provide theater missile warning and cueing to meet theater operational requirements. The JTAGS hardware will be integrated into theater operation centers and will be capable of being relocated. The requirements of the JTAGS P3I are defined in the JTAGS Operational Requirements Document (ORD) dated 7 March 2009 and the JTAGS P3I Technical Requirements Document (TRD). The anticipated contractor shall: a. design, develop, integrate, test, certify, produce, field, and sustain the equipment detailed below: In the following chart, the Operational Sites, Depot Maintenance Plant Equipment (DMPE), Phase 1 Prototype and operational unit stationed at the Initial Qualifications Training (IQT) location are identical, and consist of up to three commercial antennas, receiver/decryptor subsystem, mission processors (3 workstations), and communications equipment located in fixed, host facilities. Each unit at the Operational Sites, DMPE and Phase 1 Prototype will have an exerciser suite that consists of 4 workstations (processors/displays/voice/data STEs). The Software Engineering Directorate (SED) will consist of 1 exerciser suite. The Institutional Training Suite will be located at the IQT location. The training suite will add 12 interconnected workstations (processors/displays). The Phase 1 Prototype will remain a RDT&E unit at the contractor facility. The JTAGS P3I units will be capable of receiving data from DSP and SBIRS GEO Overhead Persistent Infrared (OPIR) satellites, Tactical Detection and Reporting (TACDAR), Cobra Brass, and HEO satellites, processing it, and disseminating missile warning and cueing information. P3I Units: Operational Sites 4 DMPE (prototype) 1 IQT location (*Relocatable contingency) 1* SED 0 Phase 1 Prototype 1 Exerciser Suites (**OCONUS): Operational Sites 4** DMPE (prototype) 1 IQT location (*Relocatable contingency) 0 SED 1 Phase 1 Prototype 1 Institutional Training Suite Operational Sites 0 DMPE (prototype) 0 IQT location (*Relocatable contingency) 1 SED 0 Phase 1 Prototype 0 b. provides sustainment of the JTAGS P3I units from FY13-FY21. Anticipated award is third quarter, FY 12. This synopsis is provided for informational purposes and is not to be considered a request for proposal. However, parties who believe they have the experience and capabilities necessary to perform this effort should provide the following: CAPABILITY: To maximize fair opportunity, all firms interested in performing this requirement may reply to this Sources Sought and shall provide the following: (1)Capability Statement (limited to 5 pages in length, singled-spaced, 12 point font minimum) to include: (a) company name, address, primary point of contact and phone number, company DUNS number and CAGE/NCAGE code; (b) positive assertion indicating registration in the Department of Defense, Central Contractor Registration CCR) database (http://www.ccr.gov); (c) demonstrate the ability to perform the requirement. This statement should specifically describe your firm's ability to provide adequate resources to perform the requirement. (2)Relevant Experience (limited to 2 pages) in projects of similar size, scope and complexity, citing dollar value within the last three years, including contract number, indication of whether a prime contractor or subcontractor, Government/Agency point of contact and current telephone number, and a brief description of how the contract referenced is relevant to the scope of work. (3) NAICS code identified is 541712 and size standard is 1000 employees. The contractor shall advise their business size status in their response. The synopsis, amendments and other information related to this sources sought as well as any subsequent procurement notifications will be posted on FedBizOpps. All information related to this procurement will be available on this website through the date of any award. All interested parties capable of providing these services are encouraged to respond to this SOURCES SOUGHT announcement via email by submitting their responses to the Contracting Officer at the following address: christy.tarantini@us.army.mil and must be received not later than fifteen (15) days after publication of this notice. Please send your response in PDF or MS Word format. Proprietary processes or data must be clearly marked and documented as such. Submittals furnished will not be returned to sender. NO FAXES, MAIL OR PHONE CALLS WILL BE ACCEPTED
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/SMDC/DASG60/W9113M-11-R-0015/listing.html)
- 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
- Zip Code: 35807-3801
- Record
- SN02609554-W 20111021/111019234224-3f794abacaf4f3e9a3164d453ae60eb0 (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 |