MODIFICATION
58 -- Request for Information (RFI) for Interim Contractor Logistics Support (ICLS)
- Notice Date
- 6/10/2015
- Notice Type
- Modification/Amendment
- 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
- W56KGY14R0010
- Response Due
- 6/26/2015
- Archive Date
- 8/9/2015
- Point of Contact
- Abeer Ameer, 443-861-5363
- E-Mail Address
-
ACC-APG - Aberdeen Division B
(abeer.j.ameer.civ@mail.mil)
- Small Business Set-Aside
- N/A
- Description
- THIS IS A REQUEST FOR INFORMATION ONLY. The US Army Project Manager Sensors - Aerial Intelligence (PM SAI), in support of Product Manager, Sensors - Unmanned & Rotary Wing (PdM SURW) is conducting a market survey to identify additional capable firms to provide Interim Contractor Logistics Support (ICLS) services for the Tactical SIGINT Payload (TSP) system. To perform this type of effort, replying firms are required to have a US Top Secret Facility Clearance with TS/SCI Safeguarding approvals to match the performance requirements. This RFI is issued solely for information and planning purposes only as defined in FAR 15.201(e) to obtain comments on preliminary requirement specifications. It does not constitute a Request for Proposal (RFP) or a promise to issue an RFP in the future. The lack of the submission of data at this time will not eliminate any firms' participation in the future competition, if such a competitive contract is assessed as possible by the Government through its evaluation of information obtained though this market research. The TSP system is designed for operations aboard the MQ-1C Gray Eagle Unmanned Aerial System, and is currently in the Production and Deployment phase, with deployment to selected Army units planned to begin late in the 3rd quarter of Government Fiscal Year 2016 (FY16). The TSP system is divided into two major components: the TSP airborne payload and a ground workstation (GWS). Depending on the type of unit equipped, the GWS element is implemented as either a standalone hardware and software solution, or as a software-only product that is integrated onto the Operational Ground Station (OGS) shelter's workstations. The TSP airborne payload includes antennas, electronics, Global Positioning System /Inertial Navigation System, and crypto devices housed in a modified Standard Payload Interface Design and Integration (SPIDI) pod shell. The TSP payload requires power and data link interfaces with the aircraft. The pod will interface to the aircraft data link architecture to provide for downlink of payload products and uplink of payload command and control. The ground workstation provides the command and control for the payload and the receiving, display and exploitation of the SIGINT data collected. At this time, the Government does not possess a final/validated Technical Data Package (TDP) or training materials for the TSP system. This data is currently being produced by the OEM, BAE systems for subsequent delivery to the Government. The Government will provide a Draft TDP to businesses interested in responding to this Request for Information; instructions for obtaining the Draft TDP are described below. The specific requirements for which respondents must demonstrate their capability to perform and provide ICLS support services are: 1) Provide Field Service Representatives/Engineers (FSR/FSE) to support the TSP system while deployed to Army units in CONUS and within OCONUS theaters of operation. FSR hardware and software support tasks would include supporting the installation, checkout and removal of the TSP airborne payload on the MQ-1C Unmanned Aircraft System (UAS); Support the loading of crypto keys on the TSP payload and GWS; Perform troubleshooting, diagnoses and field repairs of the TSP system, to include providing real-time support to operational units during missions to execute corrective actions on rapidly recoverable errors/glitches; Provide formal New Equipment Training (NET) to units equipped in CONUS and within OCONUS theaters of operations to the TSP Operators and Maintainers; Provide quote mark over the shoulder quote mark training assistance to units during initial deployments and site activations, and when new TSP operator/maintainer personnel rotate into the units equipped; Provide TSP system hardware and software support for the installation and site activation of the TSP system and its ground control station at the unit(s) equipped; Collect field operation, reliability and logistics support data metrics for the TSP system (e.g., reliability metrics, LRU/SRU and component level failure rate metrics, maintenance metrics, etc.). FSR personnel must be cleared to TS//SCI with read-on to SI, TK, G, and HCS tickets to be able to work in all SCIF workspaces. 2) Develop and provide an interim contractor sustainment support infrastructure, which the Government intends to begin transitioning to an organic Army sustainment support infrastructure on/about October 2018, with full transition to organic Army sustainment support infrastructure completed on/about October 2019. This will overlap the ICLS support contract period of performance to facilitate an efficient transition between contractor ICLS sustainment support and organic Army sustainment support systems. Interim contractor sustainment support infrastructure and activities encompass the sustainment and support of all TSP system hardware and software and includes: Supplying spare parts for field and depot level repairs; Management of spare parts inventories and software baselines; Establishment of field and depot level repair facilities, to include special tools and equipment required to conduct TSP system diagnoses and repairs; Effect repairs of returned damaged/defective TSP systems, bringing them back to full operational capability and returning them IAW contractual turn-around time requirements; Support Configuration Management (CM) of the TSP system baseline, to include software patch management; Providing reach back to the OEM for technical support; Documentation of all failures, maintenance and repair activities, to include cost reporting, in accordance with applicable Army standards (e.g., DA2410s, DA2407s, 1352s, etc.). Questions of a technical nature or requests to obtain the Draft Technical Data Package (TDP) should be directed to the technical points of contact (POC) regarding this Market Research: Mr. Kevin Robertson, e-mail Kevin.b.robertson.civ@mail.mil or Mr. Peter Morel, e-mail peter.w.morel.civ@mail.mil Market Research responses must be UNCLASSIFIED and sent via e-mail to the technical POC and the research manager: Mr. Peter Morel, e-mail peter.w.morel.civ@mail.mil no later than 26 June 2015. This sources sought notice is not to be construed as a commitment by the Government, nor will the Government pay for any information solicited.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/c75aaf9917d68027c72ba1eef257b190)
- Place of Performance
- Address: ACC-APG - Aberdeen Division C HQ CECOM CONTRACTING CENTER, 6001 COMBAT DRIVE ABERDEEN PROVING GROU MD
- Zip Code: 21005-1846
- Zip Code: 21005-1846
- Record
- SN03760160-W 20150612/150610235730-c75aaf9917d68027c72ba1eef257b190 (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 |