SOURCES SOUGHT
R -- Ground Signal Station Support and Services (GSSSS)
- Notice Date
- 11/6/2023 7:38:22 AM
- Notice Type
- Sources Sought
- NAICS
- 541330
— Engineering Services
- Contracting Office
- FA8527 AFLCMC HBKB ROBINS AFB GA 31098-2122 USA
- ZIP Code
- 31098-2122
- Solicitation Number
- FA852723R0001
- Response Due
- 11/21/2023 1:00:00 PM
- Archive Date
- 12/06/2023
- Point of Contact
- Jessica Pope, Phone: 4789265429, Kimberly Charles, Phone: 4784977115
- E-Mail Address
-
jessica.pope@us.af.mil, kimberly.charles.1@us.af.mil
(jessica.pope@us.af.mil, kimberly.charles.1@us.af.mil)
- Description
- Ground Signal Station Support and Services System (GSSSS):�CICS/JSP/COMINT The Government is conducting market research to identify potential sources that possess the data, experience, capabilities, and experience to meet qualification requirements to field advanced/next generation Air Force Distributed Common Ground System (AF DCGS) Ground Signal Station (GSS) Support and Services system(s) and/or systems currently in development to meet the requirements identified below. The level of security clearance and amount of foreign participation in this requirement has not been determined. The Government does not own or have access to the data for this requirement. The Government has determined that this system is non-commercial in nature. Contractor shall furnish all material, support equipment, tools, test equipment, and services.� The contractor is responsible for providing, maintaining, and calibrating all support equipment required at their facility or a subcontractor�s facility.� Contractor furnished material or parts used for replacement shall equal or exceed the quality of the original material or parts. L-3 Integrated Services (CAGE: 05395) is the known sole source contractor for this effort. Contractors/institutions responding to this market research are placed on notice that participation in this survey may not ensure participation in future solicitations or contract awards. The government will not reimburse participants for any expenses associated with their participation in this survey. The Government does not intend to award a contract on the basis of this solicitation or to otherwise pay for the information solicited except as an allowable cost under other contracts as provided in subsection�31.205-18, Bid and proposal costs, of the Federal Acquisition Regulation. Although ""proposal"" and ""offeror"" are used in this Request for Information, your response will be treated as information only. It shall not be used as a proposal. This solicitation is issued for the purpose of market research. INSTRUCTIONS: The document(s) below contain a description of the GSSSS requirement and a Contractor Capability Survey. The Survey allows Contractors to provide their company�s capability.�� If, after reviewing these documents, you desire to participate in the market research, you should provide documentation that supports your company�s capability in meeting these requirements.� Failure to provide documentation may result in the government being unable to adequately assess your capabilities.� ATTENTION: SMALL BUSINESS RESPONDENTS who are interested in participation for this effort: No set aside decision has been made; however, the Government will determine the final strategy after thorough analysis of the small business responses and other market research available, considering the demonstrated interest and capability.� Please ensure that you provide a thorough response to each question.� If your company does not currently possess the full capability required to fulfill the entire requirement, what teaming/partnership/joint venture/subcontracting arrangement do you have in place to fulfill the government needs? Providing evidence of this arrangement, e.g. emails, letter, etc. that demonstrates a united response to this RFI is highly encouraged, but not required. The evidence should state the type of arrangement and the role each member will fulfill.� If you are only interested in being a subcontractor to the future awardee, state the portion of the work that your organization has capability of fulfilling.� Identify any areas of work that your organization believes should be broken out exclusively for Small Business. Both large and small businesses are encouraged to participate in this Market Research.� Joint ventures or teaming arrangements are encouraged. Questions relative to this market survey should be addressed to the PCO. PURPOSE/DESCRIPTION The Government is conducting market research to identify potential sources that possess the expertise, capabilities, and experience available or ready to field advanced/next generation GSS Support and Services system(s) and/or systems currently in development to meet the requirements identified below. The Government is seeking information on available systems that could meet the following integration/fielding timelines: GSS Support and Services system ready to be integrated into AF DCGS ground stations within the next 3 to 9 months. GSS Support and Services system ready to be integrated into a ground station within the next 9 to 18 months. Timeline may or may not include extension and/or completion of current and future development and testing activities. GSS Support and Services system ready to be integrated into a ground station within the next 2 years. Timeline most likely includes additional development, testing and integration of the overall GSS solution. When supplying information that may meet the criteria identified above, interested parties should address the following, as well as the criteria/questions listed in Part I:�� GSS Support and Services system should include, at a minimum, the following AF DCGS capabilities: Provide command and control (C2) of the Airborne Signals Intelligence Payload (ASIP) sensors and Prime Mission Equipment (PME) using assorted Asynchronous Transfer Mode (ATM) and Ethernet data links. Provide Command & Control (C2) and Processing, Exploitation & Dissemination (PED) data from three (3) high altitude sensors simultaneously. Receive mission data collected from the PME, process the data in near real-time in order for mission analyst and operators to analyze and extract information of intelligence value, and forward data/information as required. Along with the collocated Ground Control Processor (GCP) segment form an intelligence ground system capable of accessing, collecting, processing, exploiting, correlating, and disseminating reconnaissance intelligence across both tactical and national domains. System users (mission analyst, mission managers, controllers, operators, and support personnel) ensure vital intelligence collection, distribution and collaborative operations support information is available for national decision makers, operation commanders and Department of Defense (DoD) warfighters. Must retain their current security accreditation and retain the capability to support ASIP (or its replacement) missions. Additionally, it must continue to support and interface with the following systems: Sensor Enterprise Asset Management (SEAM) National Security Agency (NSA) network National Mission Partner Gateway (NMPG) Common ELINT TPED System (CETS) Multiple Source Correlation System (MSCS) Rapid Information Manager (RIM) ONEROOF Network Storage Zircon/Pidgin Chat Network Centric Collaborative Targeting (NCCT) Theatre Net-centric Geolocation (TNG) Enterprise Crew Collaboration (ECC; Crew Comm�s replacement) External Time Source (ETS) SIGINT Data Services (SDS) Data Routing Services (DRS) Data Ingest Services (DIS) Enterprise Services Segment (ESS; within Open Architecture (OA) DCGS) CONTRACTOR CAPABILITY SURVEY:�Ground Signal Station Support and Services System Part I.� Business Information Please provide the following business information for your company/institution and for any teaming or joint venture partners: Company/Institute Name: Address: Point of Contact: CAGE Code: Phone Number: E-mail Address: Web Page URL: Size of business pursuant to North American Industry Classification System (NAICS) Code:� 541330 Based on the above NAICS Code, state whether your company is: Small Business��������������������������������������� ����������� (Yes / No) Woman Owned Small Business������������� ����������� (Yes / No) Small Disadvantaged Business�������������� ����������� (Yes / No) 8(a) Certified� � � � � � � � � � � � � � � � � � � � � � � � � � � � (Yes / No) HUBZone Certified� � � � � � � � � � � � � � � � � � � � � � � �(Yes / No) Veteran Owned Small Business� � � � � � � � � � � � � �(Yes / No) Service-Disabled Veteran Small Business� � � � � �(Yes / No) System for Award Management (SAM)� � � � � � � � (Yes / No) A statement as to whether your company is domestically or foreign owned (if foreign, please indicate the country of ownership). Responses to the Capability Survey Part I and Part II must be received no later than close of business 21 Nov 2023, 4:00 PM EST.� Please ensure data is in a readable electronic format that can be received through a firewall.� Attachments shall not to exceed 10 MB per email.� Multiple emails are acceptable.� Responses must be sent via email to the following: Jessica Pope, jessica.pope@us.af.mil and� Kimberly Charles, Kimberly.Charles.1@us.af.mil Questions relative to this market research should be addressed to the PCO. Part II. Capability Survey Questions General Capability Questions: Briefly describe the capabilities of your facility and nature of the goods and/or services you provide.� Include a description of your staff composition and management structure. Describe your company's past experience on previous projects similar in complexity to this requirement.� Include contract numbers, a brief description of the work performed, period of performance, agency/organization supported, and individual point of contact (Contracting Officer or Program Manager). Describe your company�s experience in the capabilities listed above that make up the Ground Signal Station (GSS). Describe your company's capabilities for generating, handling, processing, and storing classified material and data. Describe your company's capabilities and experience in generating technical data, engineering drawings and manuals.� Identify what software programs are utilized to generate these data products and what formats are available for delivered items. What quality assurance processes and test qualification practices does your company employ?� Provide a description of your quality program (ISO 9001, AS9100, etc.). Provide a detailed quality plan implementing AS9100 (or equivalent). Commerciality Questions: Is there established catalog or market prices for our requirement? If you offer this product and/or service to both U.S. Government and commercial sources, is the same workforce used for both the U.S. Government and general public? Is our requirement offered to both under similar terms and conditions?� Briefly describe any differences. Describe your standard warranty and return process for goods and services furnished to the government for items similar in nature to this requirement. � Engineering Services Questions:�(Engineering, advisory & assistance services, contractor logistic support, other services not listed) Describe your services capabilities and experience with regard to the requirements of this effort. Describe your capabilities and experience in developing/modifying procedures.� Include associated upgrade of technical orders and preparation of new technical orders. Demonstrate your ability and experience for the same or similar services, which are currently provided in the commercial and/or military environment by providing the following information on the same or similar items: Contract Number Procuring Agency Contract Value Services Provided Describe your capabilities and experience in any required test, evaluation, and repair processes/procedures with regard to the required items. Describe how you/your organization will identify and resolve parts obsolescence and diminishing manufacturing sources problems? Discuss your process for addressing any fit, form, and or function issues that may arise out of the requirements of this effort. Describe your process for maintaining inventory records and reporting on hand/work-in-process balance and manufacturing status to your customer as required. How will your organization address the absence of drawings, specifications, technical data, test procedures, etc.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/8d039273b0014f9688fde2366f027db4/view)
- Place of Performance
- Address: Greenville, TX, USA
- Country: USA
- Record
- SN06877434-F 20231108/231106230132 (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 |