Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 15, 2024 SAM #8297
SOLICITATION NOTICE

R -- Market Survey - Persistent Surveillance Dissemination System of Systems (PSDS2) - SYNOPSIS

Notice Date
8/13/2024 11:45:32 AM
 
Notice Type
Presolicitation
 
NAICS
541330 — Engineering Services
 
Contracting Office
W6QK ACC-APG ABERDEEN PROVING GROU MD 21005-1846 USA
 
ZIP Code
21005-1846
 
Solicitation Number
W56KGY-24-PSDS2-0003
 
Response Due
8/29/2024 1:00:00 PM
 
Archive Date
09/13/2024
 
Point of Contact
Tian Chen, Correy Brooks
 
E-Mail Address
tian.chen3.civ@army.mil, correy.g.brooks.civ@army.mil
(tian.chen3.civ@army.mil, correy.g.brooks.civ@army.mil)
 
Description
The intent of this Synopsis, in accordance with FAR 5.201, is to add the following sole-source action onto the already established contract with Raytheon Company, SPRBL1-15-D-0017. Market research suggests that Raytheon is the sole approved source capable of providing the required Persistent Surveillance Dissemination System of Systems (PSDS2) support services and associated hardware. SPRBL1-15-D-0017 is a ten (10) year Indefinite-Delivery Indefinite Quantity (IDIQ) contract providing for the support of sole-source Raytheon requirements to include spare parts, repairs, engineering services, maintenance, training, kits and performance based logistics. The contract was awarded on 28 September 2015. The period of performance includes a six (6) year base period followed by one (1), four (4) year re-determinable option period. The contract maximum ceiling is $8B. The current ordering period ends 26 September 2025. The purpose of this survey is to locate sources that have the capability of providing PSDS2 support services and associated hardware. This survey is published in compliance with Federal Acquisition Regulation (FAR) Part 10, (Market Research). Past history for this product indicates the only known source with the capability to provide PSDS2 support services and associated hardware is Raytheon Company (Dulles, Virginia). This request for capability information does not constitute a request for proposals. Submission of any information in response to this market survey is purely voluntary. The US Government assumes no financial responsibility for any costs incurred in responding or in any subsequent exchange of information. The United States Army Contracting Command - Aberdeen Proving Ground, Aberdeen Proving Ground, MD 21005, on behalf of Product Director Aerostats� (PD A), intends to solicit and award a Cost-Plus-Fixed-Fee (CPFF)/Firm-Fixed-Price (FFP)/Cost Reimbursement (CR) Task Order with total estimated price of $27m and period of performance of one 6-month base period and one 12 month option period (18 months total) as a sole source action directed to Raytheon Company, 22260 Pacific Blvd, Dulles, VA 20166, in accordance with FAR 6.302-1 and 10 USC 2304(c)(1), Only One Responsible Source. This Task Order will be awarded off base Indefinite Delivery, Indefinite Quantity (IDIQ) contract SPRBL1-15-D-0017. System Description: The PSDS2 is a system that networks existing video sensors into a common architecture to support persistent surveillance and rapid dissemination of actionable information for the Warfighter. The PSDS2 receives inputs from multiple sensors to provide situational awareness (SA) for forward operating bases (FOBs), Brigade level technical operation centers (TOCs), and Joint Operation Centers (JOCs). The PSDS2 disseminates real-time streaming video, autosensing available bandwidth and provides video in context for SA on terrain maps for common operational picture (COP) situational display. The PSDS2 also archives video and metadata for forensic analysis. Requirement: The system must have a current secret accreditation.� Field Services Representatives (FSRs) The contractor shall provide FSRs to provide system installation, deployment, and operations in both contiguous United States (CONUS) and outside the contiguous United States (OCONUS) locations. The FSRs shall perform PSDS2 system configuration, software updates, network configuration, system administration, information assurance, preventative and corrective hardware and software maintenance on all fielded systems, and hardware installation. The FSRs shall minimize maintenance down-time with a goal of maintaining the PSDS2 main hub-sites and PSDS2 network. The FSRs shall maintain the systems in theater to meet operational readiness requirement of 85% or better. The FSRs shall ensure the PSDS2 systems current configuration for hardware and software requirements are as specified in the PSDS2 System Specification. The FSRs shall assist the OCONUS logistician in logistics functions. OCONUS Operators/Imagery Analysts The contractor shall provide OCONUS Operators/Imagery analysts operating the PSDS2 systems processing, exploiting, and disseminating Full Motion Video (FMV) at designated OCONUS locations. The PSDS2 Operator/Imagery analyst functions shall include: monitoring, analyzing overhead and aerial/terrestrial imagery, FMV, and photographic data. The Imagery Analyst(s) shall have previous experience as an Imagery Analyst and understand the capabilities and limitations of multiple platforms and sensors, use of aerial imagery, FMV, Synthetic Aperture Radar (SAR), Ground Moving Target Indicator (GMTI), and other electronic monitoring devices used to collect and analyze information in support of military operations. The Imagery Analyst(s) shall be skilled in the use of imagery analytical tools such as digital map applications and chat room applications to communicate between the sensor operator and the Intelligence Surveillance Reconnaissance (ISR) controller on the ground. The Imagery Analyst(s) shall prepare precise and concise intelligence reports that increase situation awareness of commanders and operators on the ground or controlling units on the ground. The Imagery Analyst(s) shall understand how to analyze and exploit imagery to include visible, infrared, radar, and FMV. The Imagery Analyst(s) shall understand PSDS2 operations, video dissemination, map and geospatial interpretation, network connectivity, and other operational functions of the PSDS2's system. The Imagery Analyst(s) shall create intelligence products, video clips/still imagery, and forensic analysis reports as specified by the analyst's local commander. The Government does not currently possess the full technical data package (TDP) that represents the currently fielded system. The Government purchased the Blue Eye software version 5.0.8 from the Original Equipment Manufacturer (OEM) in July 2018. Since then, there have been 20 major software baseline releases from the OEM, which included substantial capability enhancements and multiple bug fixes.�The Government does not own the TDP for software deliveries after July 2018. The Government does not own the TDP for the PSDS2 hardware which consists of commercial hardware integrated by the OEM. The requirement for PSDS2 component hardware includes the following National Stock Numbers (NSNs). Where NSNs are not available, the manufacturers part # has been included: Part #� � � � � � � � � � � � � � � � �Item Name/Description 232641� � � � � � � � � � � � PSDS2 Core Video Appliance (CVA) 232640� � � � � � � � � � � � PSDS2 Tectical Video Appliance (TVA) 232642� � � � � � � � � � � � PSDS2 integrated Video Appliance (IVA) S-MX4D-SDI1� � � � � � �Makito X4 SDI Decoder Appliance This purchase will be made on an Other Than Full and Open Competition basis authorized by FAR 6.302-1, Only One Responsible Source and No Other Supplies or Services Will Satisfy Agency Requirements. Raytheon is the Original Equipment Manufacturer of PSDS2. The Government does not currently possess the full technical data package (TDP) that represents the currently fielded system. The Government purchased the Blue Eye software version 5.0.8 from the Original Equipment Manufacturer (OEM) in July 2018. Since then, there have been 20 major software baseline releases from the OEM, which included substantial capability enhancements and multiple bug fixes.�The Government does not own the TDP for software deliveries after July 2018. The Government does not own the TDP for the PSDS2 hardware which consists of commercial hardware integrated by the OEM. The Government does not intend to use FAR Part 12 for this acquisition. This notice of intent is not a request for competitive proposals. A determination by the government not to compete this proposed contract lies solely within the discretion of the Government. Information received will be considered solely for the purpose of determining whether to conduct a competitive requirement. Vendor Response Requirements: All material submitted in response to this Synopsis must be unclassified. A ten (10) page response limitation is recommended. Interested parties possessing the capacity to deliver and sustain sensor system(s) that meet all performance capabilities outlined above are requested to provide a response in electronic format (Microsoft Office 2007 or later Suite format) describing the approach to meet the objectives established above and should address the following items: 1. Company information: Company Name, Contact Name, Position, Telephone, E-mail, Cage Code, Company URL, Business Size based on the North American Industry Classification System (NAICS) code provided. 2. Capabilities and approach to provide the services identified above. 3. Past and current relevant performance information The closing date for this synopsis is 29 August 2024 at 4:00 P.M. Eastern Daylight Time. The anticipated solicitation release date is 09 September 2024 and the anticipated award date is 16 November 2024. For information regarding this procurement please contact Tian Chen, email tian.chen3.civ@army.mil or Correy Brooks, email correy.g.brooks.civ@army.mil
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/47bdd0b833364b0b887a42f522b65e88/view)
 
Place of Performance
Address: Aberdeen Proving Ground, MD, USA
Country: USA
 
Record
SN07167954-F 20240815/240813230119 (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.