SOURCES SOUGHT
D -- C4 Geo-Location Flight Support - Package #1
- Notice Date
- 1/17/2018
- Notice Type
- Sources Sought
- NAICS
- 488190
— Other Support Activities for Air Transportation
- Contracting Office
- Department of the Army, Army Contracting Command, ACC - APG (W904TE) TAO, 1671 NELSON ST, Fort Detrick, Maryland, 21702-5044, United States
- ZIP Code
- 21702-5044
- Solicitation Number
- W904TE-Flight_Support
- Point of Contact
- Christopher Eaton, Phone: 3016191792
- E-Mail Address
-
christopher.j.eaton4.civ@mail.mil
(christopher.j.eaton4.civ@mail.mil)
- Small Business Set-Aside
- N/A
- Description
- .pdf version of RFI Request for Information (RFI) Command, Control, Communications and Computer (C4) Support This is a RFI announcement only. This RFI is for planning purposes only and SHALL NOT be considered as Request for Proposal (RFP), or as an obligation on the part of the Government to acquire any products or services. No award will be made from this announcement! Mail or telephone inquiries will not be accepted or acknowledged and no feedback or evaluations will be provided to the companies providing a submission to this RFI. All capabilities statements are to be submitted in electronic response in a Microsoft Office Word format or a Portable Document Format. Submissions to this RFI shall be submitted not later than 16 February 2018 at 2:00PM EST and will be submitted to: Primary Point of Contact: christopher.j.eaton4.civ@mail.mil. No entitlement to payment of direct or indirect costs or charges by the Government will arise as a result of contractor submission of responses to this RFI or Government use of such information. Any information submitted by respondents to this notice is strictly voluntary. The Government reserves the right to reject, in whole or part, any contractor input resulting from this RFI. The information resulting from this RFI may be included in an RFP, which may be released via the tbo.gov portal and Army Single Face to Industry (ASFI) FedBizOps. 1. General: Technology Applications Office (TAO) is conducting market research in order to determine the capabilities of industry to perform various Airborne-Geo-location and C4I Systems Integration Laboratory (SIL) training, development, delivery, and system testing functions on behalf of the United States Government (USG). These functions will require Continental United States (CONUS) support and may require Outside Continental United States (OCONUS) support. Responders shall have a Top Secret Facility clearance with at least Secret storage. Performance under this effort will require individual participants to have a Top Secret (TS) security clearance based on a Tier 5 or Tier SR with Sensitive Compartmented Information (SCI) eligibility. Work will be both Government locations and secure facilities owned or leased by the Contractor. These personnel will work with classified information and may require access to Sensitive Compartmented Information Facilities (SCIFs). The following are the required Airborne-Geo­ location and C4I SIL functions: • Airborne Data Transport Network, Systems Integration Laboratory (ADT-SIL) • Airborne Training to include providing pilots and necessary crew for SIL and Precision Airborne based Geo-Location Certification Courses (PGL-CC) • Global Mobile Training Teams 1.1. Location & Work Environment: The place of duty for this requirement will be primarily in the Fort Bragg and Fayetteville, North Carolina area but is not limited to these areas. Occasional travel will be required and this may include OCONUS destinations. The remaining locations are within the continental United States (CONUS) where occasional travel will be required. 1.2. Request for Information Response: The Capabilities Statement should include the following: Organization name and address, e-mail address, point of contact, business size, telephone number and CAGE code. Responses shall be limited to 7 pages total including a cover page. 1.3. Response Sequence: The Government requests that all responses to this RFI be completed in chronological order of all sub-paragraphs beginning with sub-paragraph 2.1 and ending with sub­ paragraph 2.3.2. Each sub-paragraph and bullet statement must be addressed within the Contractor's submission to this RFI. 2.0. Requirements: 2.1. Airborne Data Transport Network, Systems Integration Lab (ADT-SIL). The ADT-SIL shall demonstrate the ability to integrate, test and configure both a baseline architecture defined by the end user as well as facilitate technology insertion into the Airborne Mission Network. The ADT­ SIL will be used for Developmental and Operational, Test, and Evaluation (DOT&E) activities to include demonstration flights and exercise support. The ADT-SIL will include both Government Furnished Equipment (GFE) and Contractor-furnished equipment. 2.1.1. Provide flight services and aircraft for Airborne Data Transport network, Systems Integration Lab (SIL). Provided aircraft will accommodate Line of Sight and Beyond Line of Sight (LOS and BLOS) networks and have an RF transparent belly pod. 2.1.1.1. Provide a multi-seat aircraft capable of providing MX-15 (or similar full motion video (FMV)) capability, as well as carry-on capability for various communications or Electronic Warfare (EW) systems. 2.1.1.2. The aircraft shall be equipped with a modular aircraft rack configuration to allow for rapid configuration with current control drawings of the rack, antenna, power, signal and RF cabling configurations 2.1.2. Provide flight support for Developmental, Operational, Test, and Evaluation events for up to 18 hours per event (not more than 10 in a 24 hour period). 2.1.3. Provide ground testing support, if required, in conjunction with flight testing, using full operation of onboard communication systems and sensors of interest and using a combination of auxiliary power unit and aircraft power. 2.1.4. Conduct special capability collection missions simultaneously with, or independent of, any designated FMV collection mission. Potential to provide a sensor operator. 2.1.4.1. Special collection missions will require the aircraft to support the following requirements: 2.1.4.1.1. Provide the capability to host additional specialized equipment to support Special Collections Mission. 2.1.4.1.2. Accommodate an on-board Government-provided operator and potentially on-board 3rd party contractor personnel, as needed. 2.1.5. Due to the airborne requirements, provide a secure facility with direct access to the flight line and provide all aircraft and airfield logistical support (e.g. fuel, flight plans, landing agreements and aircraft storage). This holds true no matter if in the Fort Bragg and Fayetteville, North Carolina area or other CONUS or OCONUS areas. 2.1.6. Provide Electro-Optical/Infrared (EO/IR) Payload Configuration (for example, MX15 or like sensor provided by Contractor on PC-12). 2.1.7. Provide mission platform storage capacity that supports recording full sensor-quality, HD format, for all sensor channels for the duration of the entire mission. 2.1.7.1. Provide motion imagery satisfying the following requirements: Raw video signals shall be available to the Government's test-bed network in HD-SDI format and RS-170 Composite. MISB Minimum Metadata Set (MISB 0902) metadata shall be available in the VANC. Motion imagery shall capture highest sensor resolution full-frame rate EO/IR video for all sensor channels. Encoder channels shall include: Sensor Operators Field of Views (FOV), including IR FOV, Narrow FOV, and Wide FOV with Metadata tagging. Still imagery in JPEG format such that it is compliant with the most recent National Imagery Transmission Format (NITF) standard. These images will be transmitted back to a provided network port. 2.2. Airborne Training Requirements: Provide/administer a Precision Airborne-Based Geo­ location Certification Course (PGL-CC). The Contractor shall be able to provide full service integration, training and test facilities located at the secure facility that has access to a flight line. The required SIL and training courses will provide: (1O/EW &DEV) personnel with knowledge, skills, and abilities that are not normally available by any U.S. Government agency. The following breakout is the Government's estimated airborne training requirements: • Air/Ground PGL-CC • Traveler/Training/Tactics Development • Flight Testing • Santa Fe EW Training/Tactics Development • Wide Area Motion Imagery (WAMI) Training/Tactics Development 2.2.1. Electro-Optical/Electronic Warfare (EO/EW) Aircraft Requirements. • Seat five (5) students and one (1) instructor safely and comfortably. • Equipped with Motorola APX6500 UHF internal radios that can support a minimum of two (2) data links. • Equipped with six (6) headsets, with Push-To-Talk (PTT) microphones. • Equipped with four (4) LCD training monitors, external mounted GPS antennas. • Equipped with numerous internal power outlets to support all equipment (Geo-location) requirements. • Minimum of two (2) aircraft equipped with the external Geo-location antenna. • Minimum of one (1) aircraft equipped with GFE cargo pods that are RF Transparent from 30MHz to 3GHz. • Minimum of one (1) aircraft equipped with the Traveler EW Geo-location system. • Minimum one (1) aircraft equipped with the Santa Fe EW Geo-location system. • Minimum one (l) aircraft equipped to carry a Wide-Area Motion Imagery (WAMI) camera. 2.2.2. Flight Operations Security. The contractor shall be responsible for providing secure radio communications. 2.3. Augmentation. CONUS and OCONUS Mobile Training Team (MTT) Requirements. 2.3.1. PGL Instructors as required. 2.3.2. Sensor integration and testing. 3.0. Constraints. The following are some of the constraints that impact the performance of the service under the C4 Support RFI: • Top Secret security clearance with Sensitive Compartmented Information (SCI) eligibility. • TS Facility Clearance with a minimum of Secret Storage. • Access to secure Government installations including at the Secret and TS/SCI levels.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/8e2e0e717ef33cc6a82e93a91a7822a2)
- Place of Performance
- Address: Based in Fayetteville, NC, Ability to support flight operations other CONUS and OCONUS locations, Fayetteville, North Carolina, United States
- Record
- SN04791599-W 20180119/180117231047-8e2e0e717ef33cc6a82e93a91a7822a2 (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 |