SOURCES SOUGHT
58 -- Aerostat Production and Support Services for Foreign Military Sales Requirements
- Notice Date
- 10/3/2018
- Notice Type
- Sources Sought
- NAICS
- 334511
— Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument 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
- PANAPG-18-R-000-153203
- Archive Date
- 11/3/2018
- Point of Contact
- Matthew C. Ebner, , Derek A. Mazza,
- E-Mail Address
-
matthew.c.ebner.civ@mail.mil, derek.a.mazza.civ@mail.mil
(matthew.c.ebner.civ@mail.mil, derek.a.mazza.civ@mail.mil)
- Small Business Set-Aside
- N/A
- Description
- 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 NOTICE DOES NOT PRECLUDE PARTICIPATION IN ANY FUTURE REQUEST FOR QUOTE (RFQ) OR INVITATION FOR BID (IFB) 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 sources sought synopsis/request for information (RFI) as a means of conducting market research to identify parties having an interest in and the resources to provide aerostat systems, support equipment, payloads and associated services for Foreign Military Sales (FMS) requirements. The intent is to award an indefinite delivery/indefinite quantity (IDIQ), multiple-award task order contract (MATOC) to support this requirement. Task orders (TO) and/or delivery orders (DO) will be used to order service and/or supplies supporting new and existing FMS cases for aerostat systems and aerostat related services and/or supplies. BACKGROUND: 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 334511 -- Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument 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 should 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: Only one (1) set of questions per company will be accepted. All questions pertaining to this announcement are due no later than 1630 eastern daylight time (EDT), 15 October 2018 and must be submitted via electronic mail (e-mail). 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 estimated period of performance for the IDIQ contract is ten (10) years and a period of performance will be identified on each individual task order and/or delivery order. Multiple contracts are expected to be awarded for this requirement. The entire program's estimated ceiling is estimated to be $2B. The resulting contract TO/DOs are expected to be firm-fixed-price. SUBMISSION DETAILS: Please respond if you can support the entire requirement, OR any portion of the requirement. Responders' solutions may incorporate teaming arrangements as authorized by Federal Acquisition Regulation subpart 9.6. Small business concerns are encouraged to respond. Responses shall be submitted via electronic mail. The size per electronic mail cannot exceed 15MB. Respondents are permitted to provide only ONE (1) response package. Submissions shall be compatible with the Windows XP or current operating system and be made, as appropriate, in Microsoft Office 2003 or more recent versions [Microsoft Word, Microsoft Excel (data file should be.xls file format), Microsoft Project and Microsoft PowerPoint]. Excel files shall not contain any hidden cells, hidden sheets, locked formulas, or access data from any files that are not included with the response package. The response package shall not exceed 25 pages, and shall be delivered in an outline structure highlighted in the requirements section. Pages containing text shall be typewritten, on standard letter 8.5 x11 size paper. Each paragraph shall be separated by at least one (1) blank line. Drawings or other graphics shall be reduced only to the extent legibility is not lost. Each page shall be single spaced with a minimum of 12-point Times New Roman font and no less than one (1) inch margins/borders. Any table or graphic shall utilize a minimum of 10-point Times New Roman font and may be landscape. The deadline for response to this request is no later than 1630, EDT, 02 November 2018. All responses under this sources sought notice must be e-mailed to: Matthew C. Ebner, Contracting Officer, matthew.c.ebner.civ@mail.mil and Derek A. Mazza, Contract Specialist, derek.a.mazza.civ@mail.mil REQUIREMENTS: This prospective IDIQ contract is for the procurement and delivery of current aerostat systems modified to meet exportability and country requirements inclusive of services and/or supplies for FMS requirements. The intent is to support expedient build and delivery of aerostat systems that are already developed, integrated and proven. The Contractor shall provide the below defined aerostat systems and be capable of modifying, reconfiguring, and providing related services and/or supplies. The quantities, specifications, and delivery dates shall be provided on each individual TO and DO. Contractors shall provide a summary capability statement for each of the following paragraphs (1a, b, 2a, b, c, d, e, f, g) if they can satisfy fully. In addition, the contractor shall provide responses to the market survey questions related to the requirements that they can satisfy. 1. Aerostat Systems The PSS-T family of systems is comprised of: the PSS-T Medium, PSS-T Large, and any variant or modifications to the aerostat systems ranging from 22 meters to 40 meters in length or 23,000 cubic feet to 80,000 cubic feet in volume, respectively. a. The PSS-T Medium system baseline: one (1) aerostat envelope, avionics equipment, tether, fiber, one (1) mobile mooring platform, one (1) 12 foot ground control shelter (GCS), three (3) 15kW generators, one (1) 20 foot office shelter, one (1) 20 foot support container, one (1) 10 foot consumables container, and helium fill tanks. b. The PSS-T Large system baseline: one (1) aerostat envelope, avionics equipment, tether, fiber, one (1) mobile mooring platform, one (1) 20 foot GCS, three (3) 20 foot support containers, three (3) 60kW generators, one (1) power distribution platform, one (1) 12,000 lb. capacity forklift, one (1) boom lift, and helium fill tanks. 2. Payloads The payloads have different operational configurations consisting of: EO/IR cameras, radar system, communications relay system, wireless video data link, and acoustic event detection system that must have already been integrated on PSS-T or comparable size aerostats. a. Electro-Optic/Infrared (EO/IR) Sensor Systems comparable to the Wescam MX-15, MX-20, and MX-25. EO/IR shall be capable of normal EO/IR imaging duties and long range observation tasks. EO/IR sensor system shall be capable of being automatically cued to the range and bearing of targets displayed on the workstation display. EO/IR sensor system shall contain at a minimum; Laser Rangefinder (LRF) and Laser Illuminator (LI) b. Ground Moving Target Indicator/Dismounted Moving Target Indicator (GMTI/DMTI) Radar System comparable to the Raven Vista F25, F50, F50ER, Northrop Grumman Small Tactical Radar - Lightweight (STARLite), Telephonics 143G, and Leonardo Osprey. GMTI/DMTI shall be capable of detecting dismounts and vehicle target types, able to operate in all-weather conditions for 24/7 operations. GMTI/DMTI shall have a coverage area that is 360 degrees and provides automated wide-area tracking. System shall be able to track a single dismount up to 12km, group of dismounts up to 17km, and vehicles up to 30km. c. Communications Relay System for Very High Frequency/Ultra High Frequency (VHF/UHF) comparable to the FORAX-HARC 4S2U/2S1U: The communications relay system shall provide connectivity between multiple entities. The system shall operate in the VHF/UHF band. The radio hardware shall support a variety of frequencies and waveforms, including Single Channel Ground Air Radio System (SINCGARS) Country Unique encryption, Advanced Encryption (AES) 128 & 256, and Customer Algorithm Modification (CAM) and shall extend the range between users for voice and data communications. d. Wireless Video Data Link System comparable to the L3 Tactical Common Data Link (TCDL): video data link shall transmit full motion video from the aerostat to other platforms within the area of operations. Data link shall be compliant with the Motion Imagery Standards Board (MISB) and transmit H.264 video with Key-Length-Value (KLV) Metadata. e. Acoustic Event Detection System comparable to the Unattended Transient Acoustic Measurement and Signature Intelligence (MASINT) Sensor (UTAMS): the system shall develop line of bearing and range to the event. The system shall be capable of detecting small arms fire and mortar and rocket launches out to 10 km out. f. Communications Intelligence (COMINT) System comparable to the Raytheon Titan or Digital Receiver Technology (DRT) 1301C: The COMINT system shall have a frequency coverage of 20MHz to 3,000MHz. g. Any other payloads that have been integrated on PSS-T fleet or comparable size aerostats such as wide area motion imagery (WAMI) sensors comparable to the Logos Technologies Kestrel and other intelligence, surveillance, and reconnaissance (ISR) and/or chemical, biological, radiological, and nuclear (CBRN) sensor equipment. MARKET SURVEY QUESTIONS: Respondents are asked to provide a detailed reply for the following questions. When responding, please retain the outline structure provided below. 1. Basic Information: a. Please provide the following Point of Contact information: Company: Address: Point of Contact: Phone Number: Fax Numbers: Email Address: b. If you identify as a Small Business (SB), please identify your company's small business size standard based on the primary NAICS code 334511 -- Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing. All others skip to Question 1.e. Small Business Concern 8(a) Small Disadvantaged Business (SDB) Woman-Owned Small Business Historically Underutilized Business Zone (HUBZone) Veteran-Owned Small Business Service-Disabled Veteran-Owned Small Business c. Is your company interested in a prime contract for this requirement? d. Under the current SB recertification regulations, do you anticipate your company remaining a small business, under primary NAICS Code of 334511 -- Search, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing? i. What percentage of this requirement do you plan to perform in-house (not sub-contract out)? Also indicate (with supporting rationale) if/how your company would be compliant given the restrictions identified in the Defense Authorization Bill 2013, which states that at least 50 percent of the total contract cost will be performed by the small business prime contractor or small business similar situated entities. ii. As a small business, does your company have adequate resources, financial or otherwise, to perform the requirement? e. Is your company currently providing similar aerostat operation and mission support equipment services to another government agency (you may also include contact numbers) or other non-government customer? If so, please identify the agency or non-government customer. If you are unwilling to share your customer's identity, please address whether your company offers the same or similar services commercially. 2. Products and Services a. Do you have an aerostat and/or payload system that meets all of the capabilities listed within sections 1 & 2 of the Requirement section of the RFI? Could your system be deployed immediately after contract award? Discuss what aerostats and/or payloads your company has developed or produced in the past, as well as services in which your company specializes. What capabilities does your company currently have in place for the production of product(s) that you provide? Provide a summarization of past relevant aerostat operation and mission support equipment experience. b. Has your product or service been procured by the Government in the past? If so, by what agency and what, if any, data right assertions/technical data package were provided or procured by the Government for that solution? c. Provide performance capabilities of the products you can provide. Identify those performance metrics your aerostat and/or payload system meets and/or exceeds of the above stated requirements. Also provide the reliability metrics for the aerostat and/or payload system which you provide? d. Provide production lead time(s) for all the product(s) that you provide. Discuss your production capacity/rate and what would be require to accelerate if required, and if there are any manufacturing capability issues or obsolescence issues that would delay new production. 3. Quality Services: a. Describe your company's certifications and processes for quality control and management (i.e. CMMI, ISO 9001, etc.)? What tools does your organization use to manage subcontractors, risk, schedule, and cost. b. Describe your system quality verification processes and standards. Once products have either been built and/or acquired from a subcontractor/vendor, how are they qualified? What tests and/or validation would be performed to ensure that the system meets all requirements of the RFI? 4. Engineering Services: a. Describe the process used to perform sustainment engineering that addressed component obsolescence on similar aerostat operation and mission support equipment efforts. b. Discuss your ability to integrate and/or implement modifications for hardware and software. 5. Logistics: a. Discuss your experience on similar aerostat operation and mission support equipment efforts as well as your current capabilities to manage the supply chain for equipment that you can support and how you provide up-to-date inventory management. b. Describe your capabilities for packaging, shipping and transportation to meet commercial and military shipment directives, regulations, and import and export requirements. c. Describe the Government furnished property management, control, and reporting processes used on similar aerostat operation and mission support equipment efforts. 6. Operations: a. Describe your approach to operations, maintenance, and sustainment of your aerostat and/or payload product for 24/7 operations. Describe your experience with executing aerostat and/or payload operations to include crew requirements. b. Describe your company's current capabilities to train and evaluate operators, including foreign nationals. Identify available training material, any specialized equipment and facilities you need or have, and experience developing curriculums and training foreign military/personnel. c. Describe your approach to provide customer support to the FMS country for operations, troubleshooting, and maintenance.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/0e8317868c8b93e114f435658dfbd7c4)
- Record
- SN05114692-W 20181005/181003230831-0e8317868c8b93e114f435658dfbd7c4 (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 |