Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 14, 2012 FBO #3855
SOURCES SOUGHT

J -- Market Research for the Saturn Arch/Desert Owl/Radiant Falcon Support Services

Notice Date
6/12/2012
 
Notice Type
Sources Sought
 
NAICS
541330 — Engineering Services
 
Contracting Office
ACC-APG - Aberdeen Division B, HQ CECOM CONTRACTING CENTER, 6001 COMBAT DRIVE, ABERDEEN PROVING GROU, MD 21005-1846
 
ZIP Code
21005-1846
 
Solicitation Number
W15P7TRFISADO
 
Response Due
7/13/2012
 
Archive Date
9/11/2012
 
Point of Contact
Carla Lueddeke, 443-861-4790
 
E-Mail Address
ACC-APG - Aberdeen Division B
(carla.j.lueddeke.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
THIS IS A REQUEST FOR INFORMATION ONLY. This Request for Information (RFI) is for planning purposes only and shall not be considered as an Invitation for Bids, Request for Quotations (RFQ), or a Request for Proposals (RFP). Additionally, there is no obligation on the part of the Government to acquire any products or services described in this RFI. Your response to this RFI will be treated only as information for the Government to consider. You will not be entitled to payment for any direct or indirect costs that you incur in responding to this RFI. This request does not constitute a request for proposals or the authority to enter into negotiations to award a contract. Interested parties are responsible for adequately marking proprietary, restricted or competition sensitive information contained in their response. All submissions become Government property and will not be returned. The Government does not intend to award a contract on the basis of this RFI or to otherwise pay for the information submitted in response to this RFI. If a solicitation is released, it will be synopsized on the Federal Business Opportunities (FedBizOpps) website. It is the responsibility of the potential offerors to monitor these sites for additional information pertaining to this requirement. The lack of the submission of data at this time will not eliminate any firm's future participation in a future competitive acquisition. The US Army Project Manager Airborne Reconnaissance and Exploitation Systems (PM, ARES) is conducting a market survey to identify capable firms to address sustainment support as it pertains to the Prime Mission Equipment(PME), SATCOM /datalinks, and operational ground support for the Saturn Arch, Desert Owl, and Radiant Falcon Programs. The above Programs will be located at various sites in the CENTCOM AOR. The scope of this RFI does NOT include sustainment support for the aircraft, aircraft support, pilots, aircraft mechanics, and avionics. To qualify, firms are required to propose personnel with SECRET security clearances. Please identify your company's small business size standard based on the applicable NAICS code of 541 -- Professional, Scientific, and Technical Services/541330 -- Engineering Services. The Small Business Size Standard for this NAICS code is $14 Million. For more information refer to http://www.sba.gov/content/table-small-business-size-standards. Large Business Concern Small Business Concern 8(a) Small Disadvantaged Business (SDB) Woman-Owned Small Business Historically Underutilized Business Zone (HUBZone) Veteran-Owned Small Business Service-Disabled Veteran-Owned Small Business All contractors interested in this potential future acquisition must be registered in the Central Contractor Registration Database. Due to the diversity of the Saturn Arch/Desert Owl/Radiant Falcon projects and the multiple Army Commands requiring support, the contractor must possess a broad range of knowledge, skills, capabilities, supplies, parts and equipment and facilities to meet all operational and logistical support requirements. The contractor will be called upon to establish a relationship with respective Sensor OEM's and to provide field service support for all levels of maintenance and system engineering/technical support as necessary. For an estimated period of three years (one basic year and two potential one year options), the contractor will be called upon to manage, operate, train for, and maintain equipment, facilities and logistical infrastructures on: Eight (8) Saturn Arch systems Prime Mission Equipment (PME), SATCOM datalinks and mission communication systems, and operational support of the Processing, Exploitation, and Dissemination (PED) and Tactical Operation Center (TOC) at various CONUS and OCONUS locations. This requirement does not include the operation or maintenance of the aircraft, the provision of pilots, or aircraft mechanics, and or aircraft avionics. Three (3) Desert Owl systems and an adjunct trainer aircraft PME, SATCOM datalinks and mission communication systems, and operational support of the PED at various CONUS and OCONUS locations. This requirement does not include the operation or maintenance of the aircraft, the provision of pilots, or aircraft mechanics, and or aircraft avionics. One (1) Radiant Falcon system PME, SATCOM datalinks and mission communication systems, and operational support of the PED at various CONUS and OCONUS locations. This requirement does not include the operation or maintenance of the aircraft, the provision of pilots, or aircraft mechanics, and or aircraft avionics. The Contractor shall also be prepared to support testing and integration of potential system upgrades/enhancements or the integration of new sensors as requested by the Government. The specific requirements for which respondents are asked to demonstrate their capability to perform are: 1.Provide continued support to the suite of sensors on 8 Saturn Arch systems, 3 Desert Owl systems, and 1 Radiant Falcon system to maintain effectiveness and relevance. 2.Maintain current operational support for ground operations for the above programs at various sites 3.Sustain all PME and Ground Operations using highly skilled Field Support Representatives (FSRs) to ensure 90% operational availability. 4.Provide highly skilled and trained FSRs to for the following duties: sensor operator, mission operator, TOC operator. 5.Provide trained personnel capable of handling CRYOGEN products 6.Provide expedited hardware and software upgrades as it relates to the PME as Government approved changes occur. 7.Execute the installation, removal, and or test of PME as required 8.Provide technical assistance, to Ground Operations as it applies to the PEDs, TOC, and SATCOM/datalinks. 9.Ensure the Information Security aspects of hardware and software design, production and documentation meet regulatory requirements to support systems accreditation for operations with intelligence networks. To be considered a qualified and capable entity, the respondent should provide evidence of understanding these three specific systems and demonstrates experience and past performance in the functional areas listed in the above programs. Questions of a technical nature should be directed to the technical point of contact regarding this Market Research: Ms. Jeannie Eng at e-mail Jeannie.Eng@us.army.mil. Market Research responses must be UNCLASSIFIED and sent via e-mail to the technical point of contact and the research manager: Mr. Paul Handakas at e-mail paul.p.handakas.civ@mail.mil, no later than 13 July 2012. Responses are to be received no later than 5:00 P.M. EST, on 13 July 2012. The file name of the electronically submitted information shall begin with the Market Research Control Number (W15P7TRFISADO) followed by the submitting firms CAGE Code, and "Part 1 of "X" Parts", if the submission is transmitted in multiple parts. There is a 5MB email limit. This file name convention will assist the Government in ensuring recognition of the intent of the information and the completeness of each submission.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/efec1248a1dd9cbf801d9ba729d7ec79)
 
Place of Performance
Address: ACC-APG - Aberdeen Division C ARMY CONTRACTING COMMAND, 6001 COMBAT DRIVE ABERDEEN PROVING GROU MD
Zip Code: 21005
 
Record
SN02773516-W 20120614/120612235526-efec1248a1dd9cbf801d9ba729d7ec79 (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.