SOURCES SOUGHT
99 -- PM SAI SIGINT Sensor Technology Support
- Notice Date
- 7/7/2020 11:51:33 AM
- Notice Type
- Sources Sought
- NAICS
- 541330
— Engineering Services
- Contracting Office
- W6PM PMPEO PBUSE EQP AERIAL ABERDEEN PROVING GROU MD 21005-5001 USA
- ZIP Code
- 21005-5001
- Solicitation Number
- PMSAI-20-001
- Response Due
- 8/6/2020 1:00:00 PM
- Archive Date
- 08/21/2020
- Point of Contact
- Elizabeth Keele, Phone: (443) 861-1892, Julie Isaac, Phone: (443) 861-1995
- E-Mail Address
-
elizabeth.a.keele.ctr@mail.mil, julie.m.isaac.civ@mail.mil
(elizabeth.a.keele.ctr@mail.mil, julie.m.isaac.civ@mail.mil)
- Description
- SOURCES SOUGHT ANNOUNCEMENT The Project Manager, Sensors-Aerial intelligence (PM SAI) is seeking sources capable of providing Signals Intelligence (SIGINT) Sensor Technology Support activities. INTRODUCTION: This is a SOURCES SOUGHT TECHNICAL DESCRIPTION to determine the availability and technical capability of large and small businesses (including the following subsets, Small Disadvantaged Businesses, HUBZone Firms; Certified 8(a), Service-Disabled Veteran-Owned Small Businesses and Woman Owned Small Business) to provide the required products and/or services. The PM SAI is seeking information for potential sources capable of providing:� Engineering and Software Support; Equipment Retrofit/Modifications; Information Assurance Support; Payload Elements and Spare Parts Procurement; Technical and Reach Back Payload Support; and New Signals Capabilities and Development.� These services will support PM SAI sensor technologies to include but not limited to:� Banshee II, DRT, Gen5/Adder, PRISM/HBC and future products.� Current portfolio sensor technologies are presently in use on the Airborne Reconnaissance Low-Enhanced (ARL-E), Enhanced Medium Altitude Reconnaissance and Surveillance System Signals Intelligence (EMARSS-S) and Guardrail Common Sensor (GRCS) programs. DISCLAIMER: THIS SOURCES SOUGHT IS FOR INFORMATIONAL PURPOSES ONLY. THIS IS NOT A REQUEST FOR PROPOSAL.� IT 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. CONTRACT/PROGRAM BACKGROUND: Contract Number:� W56KGU-16-C-0002 Contract Type: �CPFF Incumbent and their size: �Argon ST subsidiary of The Boeing Company, Large Business Method of previous acquisition: �Full and Open Competition � PM SAI has an enduring requirement to develop, maintain, enhance, and support key sensing technologies aligned to current Program of Record (POR) activities.� Specifically, PM SAI is looking for sources capable of supporting Banshee II, DRT, Gen5/Adder and PRISM/HBC sensor capabilities.� Banshee II is a Communications Intelligence (COMINT) sensor capable of detection, classification, Direction Finding (DF), geo-location, and audio processing of conventional signals on the ARL-E program.� DRT 1201C/2183C is a COMINT sensor capable of detection, classification, and copying of conventional and non-conventional emitters while providing Theater Net-centric Geolocation (TNG) capabilities for co-operative operations on the ARL-E and EMARSS-S programs.� Gen 5/Adder is a COMINT sensor capable of detection, classification, and geo-location of modern emitters on the ARL-E and EMARSS-S programs. PRISM/HBC is a High Band COMINT sensor capable of detection, classification, copying, DF, and geo-location of modern signals while providing TNG capabilities for co-operative operations on the ARL-E, EMARSS-S, and GRCS program.� REQUIRED CAPABILITIES: The Government requires potential sources capable of providing Engineering and Software Support; Equipment Retrofit/Modifications; Information Assurance Support; Payload Elements and Spare Parts Procurement; Technical and Reach Back Payload Support; New Signals Capabilities and Development; and other life-cycle support activities to the sensor technologies identified above to include integration and platform support activities.� The Government does not have detailed documentation on hardware modules or the software source code for the above identified sensor technologies. �Consequently, the Government does not have the detailed documentation or source code to provide to a third party and a technical data package is not available. REQUESTED INFORMATION: Interested parties will specifically describe their company�s ability to support Banshee II, DRT, Gen5/Adder, PRISM/HBC sensor technologies in the following areas: Software Engineering Engineering and Software Support for New or Enhanced Signals hardware (HW) and software/firmware (SW/FW) for the Payload, A-Kit, and Ground Station Application (GSA) and HW/SW components Maintenance Planning and Management Materiel Maintenance Support for updating, maintaining, and sustaining the SW/HW components Logistics/Configuration Management Associated Support and Testing Tools Field Service Representatives (FSRs) Support for depot repairs and maintenance at CONUS/OCONUS locations Supply Support Personnel Personnel Training and Training Support Operator and Maintainer Technical Manual documentation Equipment Retrofit/Modifications Depot Level Repairs Information Assurance Support Acquisition Support for/of Payload Elements and Spare Parts Technical and reach back support for Payloads at CONUS/OCONUS locations Facilities required to deploy and maintain the readiness and operational capability of the subsystems, and components SOURCES SOUGHT: The anticipated North American Industry Classification System Code (NAICS) for this requirement is 541330, Engineering Services, with the corresponding size standard of $41.5M.� This Sources Sought Synopsis is requesting responses to the following criteria from businesses that can provide the required services under the NAICS Code.� To assist PM SAI in making a determination regarding the level of participation by small business in any subsequent procurement that may result from this Sources Sought, you are also encouraged to provide information regarding your plans to use joint venturing (JV) or partnering to meet each of the requirements areas contained herein. �This includes responses from qualified and capable Small Businesses, Small Disadvantaged Businesses, Service Disabled-Veteran Owned Small Businesses, Women-owned Small Businesses, HUBZone Small Businesses, and 8(a) companies.� You should provide information on how you would envision your company's areas of expertise and those of any proposed JV/partner would be combined to meet the specific requirements contained in this announcement. In order to make a determination for a small business set-aside, two or more qualified and capable small businesses must submit responses that demonstrate their qualifications.� Responses must demonstrate the company�s ability to perform in accordance with the Limitations on Subcontracting clause (FAR 52.219-14). � SUBMISSION DETAILS: Responses should include: Business name and address; Name of company representative and their business title; Type of Business; Cage Code; Contract vehicles that would be available to the Government for the procurement of the product and service, to include ENCORE, General Service Administration (GSA), GSA MOBIS, NIH, NASA SEWP, Federal Supply Schedules (FSS), or any other Government Agency contract vehicle.� (This information is for market research only and does not preclude your company from responding to this notice.) Response to �Requested Information� section� Vendors who wish to respond to this notice should send responses via email NLT 6 August 2020 @ 4 PM Eastern Daylight Time (EDT) to: �julie.m.isaac.civ@mail.mil and elizabeth.a.keele.ctr@mail.mil.� Interested businesses should submit a brief capabilities statement package (no more than fifteen pages) demonstrating ability to perform the services listed in this Sources Sought.� Proprietary information and trade secrets, if any, must be clearly marked on all materials.� All information received that is marked Proprietary will be handled accordingly.� Please be advised that all submissions become Government property and will not be returned.� All Government and contractor personal reviewing Sources Sought responses will have signed non-disclosure agreements and understand their responsibility for proper use and protection from unauthorized disclosure of proprietary information as described 41 USC 423.� The Government shall not be held liable for any damages incurred if proprietary information is not properly identified.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/ec2d9f6473854b1b8af1c7293ee3a5b8/view)
- Record
- SN05714097-F 20200709/200707230156 (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 |