SOURCES SOUGHT
10 -- Request for Information- Engineering Services for Sentinel Radar System Support
- Notice Date
- 11/22/2016
- Notice Type
- Sources Sought
- NAICS
- 811219
— Other Electronic and Precision Equipment Repair and Maintenance
- Contracting Office
- Department of the Army, Army Contracting Command, ACC - RSA (W31P4Q) Missile, BLDG 5303 SPARKMAN CIR, Redstone Arsenal, Alabama, 35898-5090, United States
- ZIP Code
- 35898-5090
- Solicitation Number
- W31P4Q-17-R-0020
- Point of Contact
- Lindsay Bodie, Phone: 2568763939, Somer Reding, Phone: 2568767471
- E-Mail Address
-
lindsay.d.bodie.civ@mail.mil, somer.n.reding.civ@mail.mil
(lindsay.d.bodie.civ@mail.mil, somer.n.reding.civ@mail.mil)
- Small Business Set-Aside
- N/A
- Description
- Request for Information Cruise Missile Defense Systems (CMDS) Project Office Sentinel Based Systems Product Office The CMDS Project Office is conducting market research to determine if there are potential sources with the capability to provide Engineering Services (ES) in support of the Sentinel Radar System to be performed for both United States (US) and Foreign Military Sales (FMS). In accordance with Federal Acquisition Regulation (FAR) 15.201 (e), responses to this notice are not an offer and cannot be accepted by the Government to form a binding contract. No contract award is intended as a result of this request. The Government will not pay for information received. The Government Point of Contact (POC) is Ms. Somer Reding, CCAM-SM-T, Redstone Arsenal, AL 35898, 256-876-7471. Per FAR 52.215-3, Request for Information or Solicitation for Planning Purposes: (a) The Government does not intend to award a contract on the basis of this RFI or to otherwise pay for the information solicited except as an allowable cost under other contracts as provided in subsection 31.205-18, bid and proposal costs, of the Federal Acquisition Regulation. (b) Although "proposal" and "offer or" are used in this RFI, your response will be treated as information only. It shall not be used as a proposal. (c) This RFI is for planning and market research purposes only and should not be considered as a request for proposals or as a solicitation to do business with the Government. The contractor will provide technical support and systems engineering functions that include software engineering/support and integration, product engineering, and drawing generation required for resolution of problems encountered. The contractor will provide support for special studies and investigations; initiation of design changes; reports and test support; support of system test; integration and troubleshooting to include data acquisition and analysis. The contractor will ensure that the design and fabrication of hardware/software or material necessary to support such activities are among the support included. The contractor's tasks will include reliability assessments, failure analysis, support and collection of test data and review of proposed changes to technical documentation for incorporation of quality and reliability factors. The contractor will perform logistics functions, including technical manual generation/modification, maintenance support, readiness reporting data, system repairs, availability management, packaging, handling, storage, and transportation (PHS&T), training and system deployment to include delivery and training the use of the Sentinel Radar System. SENTINEL OVERVIEW Sentinel engineering services support both US and Foreign Military Sales (FMS) customers. This requirement will provide services in support of the Sentinel program and its associated role in programs such as the Integrated Air and Missile Defense (IAMD); Indirect Fire Protection Capability Increment 2 - Intercept (IFPC); Counter Rockets, Artillery and Mortars (C-RAM); and Homeland Defense (HLD). The requirement will include tasks to conduct non-repetitive investigation, inspection, analysis and corrective action; repair and return; modification; test and evaluation; logistics support, and safety efforts. The contractor will be responsible for the safe, efficient and compliant operation and maintenance of the Sentinel Radar System and sites, to include responsibility for: • Fielding of LRUs in support of the Sentinel Radar System • Training on usage of the Sentinel Radar System • Compliance with all Quality Assurance (QA) requirements, all maintenance records, procedures, log books, audits and configuration data • Site compliance with all applicable safety requirements by monitoring site operations and providing situational awareness • Oversight and upkeep of site Information Technology (IT) systems • All contractor security and Information Assurance (IA) requirements as well as COMSEC custodial responsibilities • Quickly and effectively analyzing and resolving failures to return the systems to operational capability • Responding rapidly to emergency situations • Conducting attrition and refresher training with Government or contractor furnished training materials. RESPONSE INSTRUCTIONS Part A. Business Information: Please provide the following information for your company/institution and for any teaming or joint venture partners: 1. Company/Institute name 2. Address 3. Point of Contact 4. Cage Code 5. DUNS Number 6. Phone Number 7. E-mail Address 8. Web page URL 9. Size of business pursuant to North American Industry Classification System (NAICS) Code 611512. Based on the above NAICS Code, state whether your company qualifies as a: a. Small Business (Yes/No) b. Woman Owned Small Business (Yes/No) c. Small Disadvantaged Business (Yes/No) d. 8(a) Certified (Yes/No) e. HUB Zone Certified (Yes/No) f. Veteran Owned Small Business (Yes/No) g. Service Disabled Small Business (Yes/No) h. Central Contractor Registration (Yes/No) i. Statement describing company as domestically or foreign owned (if foreign owned, please indicate country of ownership). Part B. Capability: 1. Describe briefly the capabilities of your company and the nature of the goods and/or services you provide. Include a description of your staff composition and management structure. 2. Describe your company's past experience (no more than five examples) on previous projects similar in complexity to this requirement. Include contract numbers, a brief description of the work performed, period of performance, agency/organization supported, and individual points of contact (Contracting Officer or Program Manager). 3. What experience do you have planning and executing the deployment and sustainment of weapons and other defense-related systems? What experience do you have specifically with radar systems and/or lighter-than-air systems? 4. Describe your experience of site activation/startup for emplacing and beginning operations at a new site. 5. Describe your company's experience at working in support of military personnel and collaboratively with another prime contractor. 6. Describe your experience with Information Assurance and associated documentation. Describe your company's capabilities for generating, handling, updating, processing, and storing classified material and data. 7. Describe your company's capabilities and experiences in the deployment and support of complex weapons systems at multiple locations at the same time. 8. Describe the top five risks you foresee in executing an effort of this scope. What steps would you likely take to mitigate the risks? 9. If you were to rely on subcontractors for this effort, what subcontractors would you use to do what percentage of which portions? What are their experiences and do you already have a relationship with the subcontractor(s)? 10. Describe your company's approach and capabilities in obtaining and retaining qualified and experienced personnel. How soon could your company secure qualified personnel? 11. Describe your company's experience in classroom instruction and simulator instruction. Describe the top five risks your company's perception in the execution classroom instruction and simulator instruction. 12. Describe your process for maintaining inventory records and reporting on hand/in work balances and repair status to your customer. Part C. Financial Capability: 1. Describe your financial capabilities to successfully perform this contract. 2. Describe any other relevant topics, concerns, and information that will help the Government in forming an acquisition strategy. SUBMISSION INSTRUCTIONS: Respondents should indicate which portions of their responses are proprietary and should mark them accordingly. Marketing material is considered an insufficient response to this RFI. Please limit responses to electronic delivery to the following e-mail address: Somer.n.reding.civ@mail.mil and Lindsay.d.bodie.civ@mail.mil. Response must include: Company name, Commercial and Government Entity (CAGE) code, classified mailing address, and appropriate point of contact information.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/1b73be5cccbe7cfd2a73f1470c760d7f)
- Record
- SN04334085-W 20161124/161122234255-1b73be5cccbe7cfd2a73f1470c760d7f (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 |