Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JANUARY 08, 2020 SAM #6614
SOURCES SOUGHT

58 -- Engineering Support - Sensor Mission Management System

Notice Date
1/6/2020 7:22:11 AM
 
Notice Type
Sources Sought
 
NAICS
541330 — Engineering Services
 
Contracting Office
DHS CUSTOMS AND BORDER PROTECTION WASHINGTON DC 20229 USA
 
ZIP Code
20229
 
Solicitation Number
2020RFIMINOTAUR
 
Response Due
1/16/2020 11:00:00 AM
 
Archive Date
01/31/2020
 
Point of Contact
Brenda Mealer
 
E-Mail Address
brenda.mealer@cbp.dhs.gov
(brenda.mealer@cbp.dhs.gov)
 
Description
CBP Engineering Support - Sensor Mission Management System Request for Information (RFI) This is not a solicitation announcement. This is a sources sought synopsis only. The purpose of this posting is to gain knowledge of potential qualified sources and their size. �Any responses received will be used by the Government solely for the purpose of making appropriate acquisition decisions. There shall be no basis for claims against the government as a result of information submitted in response to the sources sought announcement. The government does not intend to award a contract on the basis of this announcement or otherwise pay for any information submitted by respondents to this request. This notice is for market research purposes only and is not indicative of a full requirement. Customs and Border Protection (CBP) Air and Marine Operations (AMO) supports a layered enforcement strategy for border security through an integrated and coordinated air and marine force to detect, work with partners to interdict and prevent acts of terrorism arising from unlawful movement of people, illegal drugs, and other contraband across the borders of the United States. This effort will serve to continue the technological upgrades required for Customs and Border Protection (CBP) Air and Marine Operations (AMO) to remain relevant with the rapidly improving technological changes in airborne sensors, processing capabilities and sensor data dissemination. AMO seeks engineering support for updated airborne sensor integration, data sharing and Intelligence Surveillance and Reconnaissance (ISR) integration across all aircraft and ground command and control centers for greater situational awareness and mission effectiveness. Accomplishment of this objective will require evaluating and proposing technical upgrades to: All mission areas All sensor products Appropriate mission/intelligence data bases All AMO platforms and assets This effort encompasses a wide range of engineering and technical disciplines that include an intensive assessment of system capabilities to accomplish operational objectives and overcome technical shortfalls.� This will be accomplished through the formulation of possible courses of action to address these challenges, implementation of potential solutions, and iterative field validations resulting in prototype solutions.� These prototype solutions will allow the government to assess and test technologies and concepts of operation via proof-of-concept and operational demonstrations.� Requirement AMO is seeking industry feedback to identify a potential sources capable of providing engineering support services to include, but not limited to the following:���������������������� a) Adapt and Upgrade Minotaur Mission Processor: The current Minotaur Mission Processor software baseline represents a continuous progression of integrated capabilities for building, exploiting, and disseminating real-time, tactical, all-source overland and maritime ISR information throughout the AMO defined enterprise. The Vendor shall continuously adapt and upgrade the current Minotaur Mission Processor software baseline for overland and maritime operations with all AMO aircraft and ground C2 centers, allowing the government to realize the following programmatic and operational benefits: Common software baseline / mission system for all assets and mission areas. Simple configuration file changes that differentiate each prototype installation. Software baseline that continuously upgrades as new sensor products and assets become available. System hardware, software, operations, maintenance, and training commonality. b) Retrofit or Install Minotaur Mission Processor Aboard CBP Aircraft: The Vendor shall retrofit or install the Minotaur Mission Processor and its associated software baseline onto manned and unmanned AMO aircraft, providing each aircraft with overland and maritime surveillance capabilities (dependent upon specific sensor capabilities and limitations).� The aircraft types to be upgraded (or at least surveyed / assessed for upgrade) before the end of the task period of performance are expected to include (but not necessarily limited to): DHC-8 P-3B Guardian / Predator-B Mongoose III MEA and Selected Fixed / Rotary Wing c) Retrofit or Install Minotaur Mission Processor at Ground C2 Centers: The Vendor shall retrofit or install the Minotaur Mission processor and associated software baseline into selected ground C2 centers.� d) Investigate New or Promising ISR Capabilities: At the direction of AMO, the Vendor shall investigate the implementation, integration, and/or improvement of new or promising ISR technologies and capabilities that could significantly enhance CBP�s overland and maritime surveillance operations.� e) Training Support for Minotaur Mission Processor: The Vendor shall provide technical expertise and support for training on the operational usage and assessment of Minotaur Mission Processor capabilities.� This training will include but is not limited to the following efforts: Training class at the Vendor�s facilities (or possibly at a different location at AMO discretion) to instruct a small number of personnel designated by AMO, who will, in turn, train all other AMO operators.� f) Sustainment Support for Minotaur Mission Processor: The Vendor shall provide system administration personnel at each air branch and ground C2 center with the latest Minotaur hardware specifications, as well as assistance / advice on future hardware upgrades necessitated by obsolescence issues or new Minotaur software upgrades.� The Vendor shall also provide AMO national system administration personnel with the latest Minotaur system �gold� disks, along with instructions on duplicating and testing new copies.� g) Coordination and Technical Liaison: The Vendor shall provide facilities, along with technical and administrative support, for hosting and conducting on-site reviews and special studies related to accomplishment of this task. The Vendor shall maintain and advance the prototype systems maintained within its laboratory spaces for support of the government and events under the guidance of the sponsor. In identifying qualified vendors, AMO is open to responses that include innovative solutions to meet the requirements.� Interested parties are encouraged to submit capability statements addressing how their companies may be able to meet this requirement. CBP also welcomes industry feedback in offering suggested processes in executing such procurements. The page limitation for responses to this notice is 7 pages to include corporate capacity, understanding of the requirement, and technical/management approach. All pages shall be appropriately numbered and identified by the complete company name, date, and referenced RFI number listed in the header and page numbers in the footer (e.g. �6 of 6). Page size shall be no greater than 8 1/2"" x 11."" The top, bottom, left and right margins shall be a minimum of one inch each. Font size shall be no smaller than 12-point. Arial or Times New Roman fonts are required. �Characters shall be set at no less than normal spacing and 100% scale. Tables and illustrations may use a reduced font size not less than 8-point and may be landscape. Line spacing shall be set at no less than single space. Each paragraph shall be separated by at least one blank line. Page numbers, company logos, and headers and footers may be within the page margins ONLY, and are not bound by the 12-point font requirement. �� Questions related to this RFI are due by close of business (COB) Thursday, January 9, 2020 (EST) and should be forwarded via email to brenda.mealer@cbp.dhs.gov .� Telephone inquiries will not be accepted.� Final responses to this notice shall be emailed to brenda.mealer@cbp.dhs.gov and received no later than COB, Thursday, January 16, 2020.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/789a4f0c077a4d3a818990a4e8f323f3/view)
 
Record
SN05527623-F 20200108/200106230130 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.