Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 18, 2018 FBO #5990
SOURCES SOUGHT

15 -- Aerostat Supplies and Services in Support of the Kingdom of Saudi Arabia (KSA)

Notice Date
4/16/2018
 
Notice Type
Sources Sought
 
NAICS
336411 — Aircraft Manufacturing
 
Contracting Office
Department of the Army, Army Contracting Command, ACC - APG (W56KGY) Division C, 6565 Surveillance Loop, Building 6001, Aberdeen Proving Ground, Maryland, 21005-1846, United States
 
ZIP Code
21005-1846
 
Solicitation Number
Request_for_Information_PD_Aerostats_Kingdom_of_Saudi_Arabia_FMS_Case
 
Archive Date
5/16/2018
 
Point of Contact
Matthew C. Ebner, , Quang Ho,
 
E-Mail Address
matthew.c.ebner.civ@mail.mil, quang.p.ho.civ@mail.mil
(matthew.c.ebner.civ@mail.mil, quang.p.ho.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
DISCLAIMER: THIS REQUEST FOR INFORMATION (RFI) IS FOR INFORMATIONAL PURPOSES ONLY. THIS IS NOT A REQUEST FOR PROPOSAL (RFP). THIS ANNOUNCEMENT DOES NOT CONSTITUTE A SOLICITATION AND SHALL NOT BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT. RESPONSES IN ANY FORM ARE NOT OFFERS AND THE GOVERNMENT IS UNDER NO OBLIGATION TO AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCEMENT. NO FUNDS ARE AVAILABLE TO PAY FOR PREPARATION OF RESPONSES TO THIS ANNOUNCEMENT. ANY INFORMATION SUBMITTED BY RESPONDENTS TO THIS TECHNICAL DESCRIPTION IS STRICTLY VOLUNTARY. RESPONSES WILL NOT BE RETURNED TO THE RESPONDER. NOT RESPONDING TO THIS RFI DOES NOT PRECLUDE PARTICIPATION IN ANY FUTURE REQUEST FOR QUOTE, INVITATION FOR BID OR RFP, IF ANY IS ISSUED. IF A SOLICITATION IS RELEASED, IT WILL BE SYNOPSIZED ON THE GOVERNMENT-WIDE POINT OF ENTRY (GPE). IT IS THE RESPONSIBILITY OF POTENTIAL OFFERORS TO MONITOR THE GPE FOR ADDITIONAL INFORMATION PERTAINING TO THIS REQUIREMENT. SYNOPSIS: The Army Contracting Command-Aberdeen Proving Ground is issuing this RFI/sources sought synopsis as a means of conducting market research to identify parties having an interest in and the resources to produce, operate, train, sustain and deliver ten (10) aerostat systems to the Kingdom of Saudi Arabia (KSA). The contractor will be responsible for delivering the aerostat systems and performing operations and sustainment services at multiple locations (sites currently unknown) within the country. This RFI is in support of a Foreign Military Sales (FMS) case as directed by the Letters of Offer and Acceptance between the United States of America and the KSA. BACKGROUND: On January 23, 2017, the Defense Security Cooperation Agency announced the Department of State approval of the possible sale of aerostat systems with related equipment and services, including operations, training, sustainment and program management. The total estimated value announced is between $400,000,000.00 and $600,000,000.00. The aerostat systems are command, control, communications, computers, intelligence, surveillance and reconnaissance (C4ISR) platform equipped with a variety of sensors to fulfill force protection, communication, and surveillance missions. Aerostat systems can be employed during all phases of theater operations. Aerostat systems are responsive to the ground component of a joint warfighting force by providing weather-dependent, persistent surveillance at operating locations throughout the operational area and directly enhancing the commander's situational understanding. ELIGIBILITY: The applicable North American Industry Classification System (NAICS) code for this requirement is 336411 -- Aircraft Manufacturing. Businesses of all sizes are encouraged to respond; however, each respondent must clearly identify their business size in their capabilities statement. CONFIDENTIALITY: No classified, confidential, or sensitive information shall be included in your response. Proprietary information is acceptable but must be marked as proprietary. The Government reserves the right to use any non-proprietary technical information in any resultant solicitation(s). QUESTIONS TO THIS ANNOUNCEMENT: All questions pertaining to this announcement are due within seven (7) calendar days after release of this RFI. Only one (1) set of questions per company will be accepted, and must be submitted via electronic mail (e-mail) within seven (7) calendar days after release of this RFI. Telephone requests will not be accepted. TELECONFERENCES / SITE VISITS: The Government may determine that additional information is required from respondents to assess their capability. The Government may request that respondents support a teleconference and/or site visit to further review processes, supporting documentation, facilities, and other company credentials/resources. OTHER INFORMATION: The period of performance for the non-manufacturing services portion is estimated to be five (5) years after the delivery of the first aerostat system to the KSA. The level of effort will vary as aerostat systems operations transition to the KSA. Sustainment activities will vary until the final aerostat system is delivered and will become consistent when all aerostat systems are delivered and operational. Specific information regarding any option periods will be provided in the solicitation, if one results. SUBMISSION DETAILS: Responses shall be submitted via e-mail to the identified points of contact. The size per e-mail cannot exceed 15MB. REQUIREMENTS: The contractor shall provide the following, all exportable to the KSA: 1. Provide ten (10) aerostat systems, payload and spares requirements: a. Aerostat system: the following items are required for a single aerostat system i. Aerostat 1. Length: Up to 40M (131 feet) 2. Gas Volume: Up to 2,265m3 (80,000ft3) 3. Payload Capacity: Up to 500kg (1,100 lbs) 4. Operate in locations up to 2133m (7000ft) Mean Sea Level (MSL) 5. Operating Altitude: 914.4-1525m (3000 - 5000ft) Above Ground Level 6. Operations Endurance: Minimum 30 Days 7. Operating Time: 24/7 within weather limitations 8. Operating Temperature: -20C thru 55C (-4F thru 151F) 9. Operating Wind Speed: Up to 55 knots 10. Survival Wind Speed (Moored): Up to 70 knots 11. Independent redundant flight termination system (FTS) ii. Ground Control Station 1. Provides workspace for aerostat and payload operations for 3-4 personnel 2. Shall integrate with exportable Ageon Command and Control (C2) software and SOCET GXP Processing Exploitation and Dissemination (PED) software. 3. Shall integrate with country C4ISR network iii. Additional Office Space 1. Provide additional workspace for at least 3-4 personnel iv. Mobile Mooring Station v. Generator power with backup vi. Boom Lift (Lift up to 24M(80 Ft)) vii. All terrain forklift (At least 12K) viii. Helium Trailers (2 each) with initial helium fill b. Payload Systems i. The standard baseline payload configuration shall consist of the following: 1. Two (2) Electro-Optic/Infrared (EO/IR) sensor systems 2. One (1) Ground Moving Target Indicator/Digital Moving Target Indicator (GMTI/DMTI) radar system 3. One (1) Communications Relay System for Very High Frequency/Ultra High Frequency (VHF/UHF) 4. One (1) Wireless Video Data Link ii. Other configurations may be required and the contractor shall be able to provide additional payload systems based on changes in the mission. iii. EO/IR Sensor Systems: Wescam MX-20HD sensors for normal EO/IR imaging duties and long range observation tasks. 1. EO/IR sensor system shall be capable of being automatically cued to the range and bearing of targets displayed on the workstation display. iv. Multi-Role Radar: The Multi-Role Radar shall be a surveillance radar with maritime and air-to-ground capabilities. It shall be capable of 360 degree scanning and shall be capable to detect and track maritime and ground targets. It shall deliver real-time track data to operators on the ground. The radar shall incorporate an optional Automatic Identification System (AIS) receiver. 1. The radar shall be capable of the following operating modes: a. Low Radar Cross Section (LRCS) b. Ground Moving Target Indication c. Navigation (NAV) d. Weather (WX) e. Search & Rescue Transponder (SART) f. Optional Maritime Automatic Identification System (AIS) 2. As a minimum the radar shall have the minimum specifications: a. A minimum resolution of 0.5m at 25 nautical miles (nm) (50 km) b. GMTI range of over 25nm (50 km) c. A maritime instrumented range exceeding 200 nm (370 km) d. Small boat (1 m2) detection to 40nm (75 km). e. Display and track up to 200 targets at a time. f. Optimal weight of 200 lbs with a threshold of 300 lbs. v. Shot Detection System 1. The acoustic arrays shall develop line of bearing and range to the event. 2. The system shall be capable of detecting small arms fire and mortar and rocket launches up to 30 km out. vi. Radio Relay & Digital Radios 1. An airborne radio relay shall be provided for connectivity between different units. The system shall operate in the VHF/UHF band. 2. The radio hardware shall support a variety of frequencies and waveforms, including Single-Channel Ground-Air Radio System (SINGCARS) Country Unique encryption AES 128 & 256 and Customer Algorithm Modification (CAM) and shall extend the range between users for voice and data communications. vii. Wireless Video Data Link 1. The video data link shall transmit full motion video from the aerostat to other platforms within the area of operations. c. Initial Spare Packages: The contractor shall provide spare kits for each site for field maintenance and spare kits for intermediate level maintenance at each hub. The contractor shall be required to develop a list of items for each kit. i. Site spares ratio is 1 Kit: 1 Site ii. Hub spares ratio is 1 Kit: 4 Sites 1. Ten (10) Site spare kits 2. Four (4) Hub spare kits 2. Operations, training, maintenance, sustainment and logistics support for ten (10) aerostat systems and payload requirements supporting 24/7 operations a. Conduct aerostat and payload operations for the initial six (6) months i. Conduct aerostat flight operations ii. Conduct payload operations iii. Complete operations reporting b. Develop and conduct training courses for approximately 300 KSA military personnel. i. The training content shall include the following: 1. Aerostat flight operations 2. Payload operations 3. Field maintenance ii. A separate training course shall be developed to teach intermediate level training for approximately 40 personnel c. Provide logistics support for aerostat systems and payload for five (5) years i. Provide field service representative (FSR) support ii. Provide supply management support for the aerostat system and payloads iii. Conduct maintenance and sustainment operations for the aerostat system and payloads iv. Transportation management MARKET SURVEY QUESTIONS Respondents shall address each of the requirements below: 1. Basic Information: a. A company profile to include size determination IAW Small Business Administration (SBA) business size classification (i.e. Other Than Small; Small; Small Disadvantaged; Veteran Owned; Service Disabled, Veteran Owned; or HUBZone), number of employees, Cage Code, Data Universal Numbering System (DUNS) number, major products, primary customer base, statement on whether your interest in this sources sought is for the purpose of becoming the prime offeror or to inquire about subcontracting possibilities, and points of contact who are able to discuss the material submitted. Companies should indicate whether they are a manufacturer or non-manufacturer, based on the regulation contained in the Federal Acquisition Regulation (FAR) 19.102(f). b. Provide general information regarding any potential or existing teaming arrangements, strategic alliances, or other business arrangements that you may utilize to satisfy the entirety of the requirements, including the anticipated roles/responsibilities for each. c. Identify any issues, concerns, or contingencies (if any) that might hinder the company from providing a solution for the entire effort if requested to do so in a future Request for Proposals. d. What licenses and/or special requirements does your company have to conduct business in the KSA? e. Does your company have the capability to develop strategic alliances and/or partnerships with companies within the KSA? If no, please explain. f. Explain your process for exporting hardware subject to the International Traffic in Arms Regulations? (ITARS) g. What quality management certification does your company utilize? h. Has your company provided, operated, trained, maintained and sustained aerostat systems under a single contract? If yes, what were the risks, lessons learned and/or successes? 2. Provide ten (10) aerostat systems, payloads and spares requirements a. Describe your company's past performance and experience providing aerostat systems, payload systems and spare packages? Provide the contract number(s), issuing organization, contracting officer and contact information? (Phone and email) b. Does your company have any current contracts for an aerostat system or similar requirements? If yes, provide the contract number(s), issuing organization, contracting officer and contact information? (Phone and email) c. What partnerships, teaming arrangements and/or strategic alliance does your company have with suppliers that provide the required payload items? d. Are aerostat systems and payload requirements available in the commercial marketplace? If yes, which Government or private organizations have purchased the aerostat system as a commercial item? Provide the contract number(s), issuing organization, contracting officer and contact information? (Phone and email) e. What industry standards and/or certifications does your company utilize for aerostat systems? f. Describe your ability to ramp up production lines to meet an expedited deadline for aerostat system, payload integration and spares procurement. g. Describe your approach for integrating and configuring aerostat and payload systems with a weight capacity of up to 500 Kg (1,100 lbs) while maintaining safe flight operations. h. Describe your approach to expedite changing and integrating various payload systems in response to customer requirements? i. Describe your approach to integrate aerostat systems and payloads with various C4ISR systems? 3. Operations, training, maintenance, sustainment and logistics support for ten (10) aerostat systems and payload requirements a. Describe your company's current and past performance conducting 24/7 aerostat and payloads operations. Provide contract numbers, contracting officers, organizations and contact information. (Phone and email) i. Describe your company's ability to hire, train and retain a workforce to conduct 24/7 operations within possible contingency environments in austere living conditions. ii. What certification and/or education requirements does your company require for operators, site leads and field service representatives? iii. Describe your company's approach and experience in providing reliable meteorological support services supporting aerostat system operations. b. Describe your company's current and past performance developing and conducting training for aerostat and payload operations for your employees and foreign military personnel. Provide contract numbers, contracting officers, organizations and contact information. (Phone and email) c. Describe your company's current and past performance providing maintenance support for aerostat and payload systems to enable 24/7 operations. Provide contract numbers, contracting officers, organizations and contact information. (Phone and email) i. Describe your maintenance plan to sustain aerostat and payload systems for 24/7 operations. ii. Does your company have any representation and/or repair facilities to conduct depot-level maintenance for the aerostat and payload systems in the region? Please identify. iii. What is your maintenance management information system to track logistics, preventive maintenance, stock control, shipping and receiving, configuration, calibration and modifications? d. Describe your company's current and past performance conducting sustainment operations in support of the aerostat and payload systems. Provide contract numbers, contracting officers, organizations and contact information. (Phone and email) i. Describe your sustainment plan to ensure aerostat and payload systems can conduct 24/7 operations. ii. Describe your company's approach to manage repair and return maintenance programs for the aerostat and payload systems? iii. What is your approach for conducting inventory management? iv. Describe your approach to developing standardized field and sustainment spare packages to support continuous operations for up to five (5) years. e. Describe your overall transportation management approach. i. Describe the transportation configuration and number of each aircraft-type to ship one (1) aerostat system: 1. C-130 2. C-17 3. C-5 ii. How many standard shipping containers are required to transport one (1) aerostat system by sea? iii. What is your transportation method for moving one (1) aerostat system over land?
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/c93c7d2f4d6b4ab33191d9171dcb523e)
 
Place of Performance
Address: Army Contracting Command - APG, 6565 Surveillance Loop, Building 6001, Aberdeen Proving Ground, Maryland, 21005, United States
Zip Code: 21005
 
Record
SN04890738-W 20180418/180416230847-c93c7d2f4d6b4ab33191d9171dcb523e (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.