SOURCES SOUGHT
D -- Aerial and Ground Intelligence Sensor Simulation
- Notice Date
- 2/1/2016
- Notice Type
- Sources Sought
- NAICS
- 541330
— Engineering Services
- Contracting Office
- Department of the Army, Army Contracting Command, ACC - APG (W909MY) Belvoir, 2461 Eisenhower Avenue, Alexandria, Virginia, 22331, United States
- ZIP Code
- 22331
- Solicitation Number
- W909MY-16-R-H015
- Archive Date
- 3/15/2016
- Point of Contact
- Patrick R. Colleran, Phone: 7037040843
- E-Mail Address
-
patrick.r.colleran.civ@mail.mil
(patrick.r.colleran.civ@mail.mil)
- Small Business Set-Aside
- N/A
- Description
- The US Army Contracting Command - Aberdeen Proving Ground (ACC-APG) Belvoir Division is seeking sources on behalf of Communications-Electronics, Research, Development and Engineering Center (CERDEC), Night Vision and Electronics Sensors Directorate (NVESD) for Engineering Support and Modeling & Simulation of Sensors Applications in support of DoD and US Intelligence agency services to support advanced modeling and simulation for aerial and ground intelligence collection sensors simulations in support of sustainment training and new equipment training. Support is needed for advanced, physics-based sensor simulation technology development for Electro Optic Infra-Red (EO/IR all spectrums), Light Detection and Ranging (LiDAR), Synthetic Aperture Radar (SAR), Signals Intelligence (SIGINT), and multi intelligence collection systems that are developed or in development. Advanced development of tactics techniques and procedures (TTP), systems analysis, system test and evaluation, system modeling and simulation, as well as sustainment and new equipment training in the focus areas of Sensors and Sensor Systems platforms for aerial and ground intelligence collection systems. The Contractor will be required to have a TOP Secret facility clearance and TOP Secret safeguarding requirements. The services and support described herein are intended to maximize the operational capability and efficiency of NVESD by providing personnel with the necessary skill levels and expertise to support the Government in conducting research, development and administrative efforts related to modeling and simulation of sensors. The services and support described herein are not limited to the longer term research, development and administrative efforts but also include quick reaction support services and material directly related to NVESD efforts to provide rapid technology solutions to the Warfighters to address urgent current/future mission needs related to conflicts and Overseas Contingency Operations (OCO). Assistance is needed for Modeling and Simulation Division developed Command, Control, Communications, Computer, Intelligence, Surveillance and Reconnaissance (C4ISR) models in a live, virtual and constructive (LVC) simulation environment where these simulation applications are used to support sensor technology development, concept exploration, system integration, potential test and evaluation phase, production of releasable hardware, and planned support of sensor-based systems for the US Army and other DOD organizations. The use of these modeling and simulation applications provides a realistic approach to using future hardware in theatre. These simulation applications are expected to provide a close replication of human interaction, direct the development of engineering design alternatives, allow users to evaluate new tactics, techniques and procedures (TTP), and participate in a virtual environment for Joint and Army LVC experiments as well as transition technologies and systems that show the most potential for enhancing the lethality and survivability capabilities of the Warfighter and wounded warriors. Additionally, sensor systems for future US Army and other Department of Defense (DOD) customers need to be engineered, a prototype constructed and tested and eventually expanded into a Program of Record needing oversight, systems engineering, logistical and sustainment support. REQUEST FOR INFORMATION: THIS IS NOT A SOLICITATION; The United States (U.S.) Army is not obligated to make an award as a result of this request. This Request for Information (RFI) is for informational and planning purposes only and does NOT constitute an Invitation for Bid, a Request for Quotation (RFQ), or a Request for Proposal (RFP), and it should not be construed as a commitment of any kind by the U.S. Army to issue a formal solicitation or ultimately award a contract. The information received in response to this RFI is for informational planning purposes only and does not mandate or impose requirements. The U.S. Army is in no way liable to pay for or reimburse any company or entity that responds to this announcement. Submitting information for this announcement is voluntary, and participants will not be compensated. The lack of response will not exclude you from any future procurement that might occur. Your response to this RFI does not constitute the start of negotiations. It is desirable that data be received with unlimited rights to the Government. However, it is recognized that proprietary data may be included with the information provided. If so, clearly mark all proprietary information as such. No solicitation document exists and formal solicitation may or may not be issued by the U.S. Army as a result of the responses to this RFI. Please provide responses if you can support the entire Requirement, highlighting the specific areas. This information is subject to amendment as requirements may change and the future year budgets are not yet approved. Vendors and interested parties are encouraged to submit a White Paper, indicating their interest in and capability to meet this procurement, before 9:00am (est) on 15 February 2016. All white papers must be unclassified and be submitted electronically to the Contract Specialist, Patrick Colleran, at patrick.r.colleran.civ@mail.mil. The subject line for the email submission should read: RFI: AGISS, YOUR COMPANY NAME. Any e-mail response should be limited to 10MB. No telephonic or fax inquiries or requests will be honored. WHITE PAPER SUBMISSIONS: Interested and capable sources are encouraged to submit an unclassified white paper indicating their interest and containing a description of your capabilities to the requirements listed above. Responses shall be limited to twenty-five (25) single-sided pages (excluding cover page and table of contents), minimum 11 pt. New Times Roman font and ¾-inch margins, including a one page synopsis of current and past relevant activities. The cover page shall include: 1. Please provide the following Point of Contact Information: Company: Address: Cage Code: DUNS Number: Point of Contract: Phone Number: Fax Numbers: Email Address: 2. Please identify your company's small business size standard based on the primary North American Industrial Classification System (NAICS) code of (541330) -Engineering Services. The Small Business Size Standard for this NAICS code is $15.0M. For more information, refer to http://www.sba.gov/content/table-small-business-size-standards. Please also indicate any socioeconomic classifications. Large Business Concern Small Business (SB) Concern 8A Small Disadvantaged Business (SDB) Women-Owned Small Business Historically Underutilized Business Zone (HUBZone) Veteran-Owned Small Business Service-Disable Veteran-Owned Small Business 3. Please list specific examples of your experience in working in the C4ISR, Intelligence collection, and advanced sensor modeling and simulation environment in which you are designing, developing, and collective system integration of simulation applications for intelligence collection and dissemination sensor technology in which your development led to releasable simulation hardware and planned support of intelligence sensor-based systems. If successful, please cite examples where you engineered a prototype of an Army sensor system, constructed and tested it and provided the required oversight, as well as systems engineering, logistical and sustainment support for the sensor simulation systems. 4. Please list specific examples of your experience in working in the Joint Land Component Constructive Training Capability (JLCCTC) simulation environment, Intelligence Electronic Warfare Tactical Proficiency Trainer (IEWTPT) simulation environment. Please provide specific capabilities and examples of your ability to model advanced EO/IR, LiDAR, SAR, and SIGINT systems in the modeling and simulation environments. Please describe your abilities to integrate the Night Vision simulation tools with actual fielded control stations, Distributed Common Ground Station Army (DCGS-A) and DOD command and control/dissemination systems. 5. Is your company planning on business arrangements with other companies? If so, please list the process used in selecting the members? 6. Please provide details regarding proposed joint ventures, teaming arrangements, strategic alliances, or other business arrangements to satisfy the requirements. Offerors are encouraged to identify teams, indicating each team member's size based up the NAICS code of the work that the team member may be doing. 7. Is your company currently providing similar services to another government agency (you many also include contract number(s) for government) or other non-government customer? If so, please identify the agency or non-government customer. If you are willing to share your customer's identity, please address whether your company offers the same or similar services commercially. 8. Have you ever placed employees in theatre? If so, please explain your experience with placing employees in theatre through the Army SPOT process. 9. Does your company have experience in providing Field Service Representatives for Army EO/IR manned and unmanned aircraft senor equipment in theatre? Please cite examples. 10. Does your company have experience in providing New Equipment Training (NET) teams for Intelligence equipment in CONUS and OCONUS locations? Please cite examples. 11. Do you have experience running Pre-deployment Training missions for Soldiers? If so, can you meet the requirement to stand up a minimum of 25 Trainers CONUS within 1 month of contract award? Please cite examples. 12. Do you currently have facilities that could host Training missions for deploying Soldiers? If not, can you obtain and have facility up and running with instructors in multiple locations in the US within 1 month of award of the contract? 13. Does your company have the ability to store/transmit TOP SECRET Sensitive Compartmented Information (SCI)? 14. Do all your employees that would support this effort have at least a TOP SECRET Sensitive Compartmented Information (SCI) Clearance? 15. Does your firm possess an approved Defense Contract Audit Agency (DCAA) accounting system? THE FOLLOWING ONLY APPLIES TO THE SMALL BUSINESS RESPONDENTS: Responses to the below questions shall be included in a separate section of the submission and will not be counted as part of the twenty-five (25) page limit. 1. If you identify your company as a Small Business or any of the SB subcategories as stipulated in Question #2, then is your company interested in a prime contract for the attached PWS. 2. Under the current SB recertification regulations, do you anticipate your company remaining a small business under the primary NAICS Code (541330 Engineering Services)? If you are a SB answer questions A, B and C. A. In the event your company was awarded a contract as a result of a subsequent solicitation and you would plan to prime, please inform how you will meet the limitations on subcontracting clause 52.219-14? B. If you are a small business, how do you select your partners and/or subcontractors? C. If you are a small business, can you go without a payment for 90 calendar days?
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/21df98e9f43f14fffbd13267a76bb0c5)
- Record
- SN04005933-W 20160203/160201234105-21df98e9f43f14fffbd13267a76bb0c5 (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 |