Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 15, 2020 SAM #6652
SOLICITATION NOTICE

R -- Product Manager Force Protection Systems (PM FPS) Foreign Military Sales (FMS) Support

Notice Date
2/13/2020 12:25:30 PM
 
Notice Type
Presolicitation
 
NAICS
541330 — Engineering Services
 
Contracting Office
ACC-ABERDEEN PROVING GROUNDS CONT C ALEXANDRIA VA 22331-0700 USA
 
ZIP Code
22331-0700
 
Solicitation Number
W909MY-20-R-C014
 
Response Due
3/16/2020 11:00:00 AM
 
Archive Date
04/20/2020
 
Point of Contact
Michael Sampson, Sabin A. Joseph
 
E-Mail Address
michael.a.sampson18.civ@mail.mil, sabin.a.joseph.civ@mail.mil
(michael.a.sampson18.civ@mail.mil, sabin.a.joseph.civ@mail.mil)
 
Description
THIS IS A REQUEST FOR INFORMATION (RFI) ONLY ��� This RFI is issued solely for information and planning purposes � it does not constitute a Request for Proposal (RFP) or a promise to issue an RFP in the future.� Requests for a solicitation will not receive a response.� This notice does not constitute a commitment by the United States Government to contract for any supply or service whatsoever.� All information submitted in response to this announcement is voluntary; the United States Government will not pay for information requested nor will it compensate any respondent for any cost incurred in developing information provided to the United States Government.� Not responding to this RFI does not preclude participation in any future RFP, if any is issued.� Acknowledgement of receipt of submitted items will not be made nor will respondents be notified of the outcome of the information received. If a solicitation is released, it will be synopsized on the Army Single Face to Industry (ASFI).� It is the responsibility of the potential respondents to monitor this site for additional information pertaining to this requirement. Responses are due by 1400 EST, 16 March 2020 and are not to exceed 20 pages.� Please submit all RFI responses to Michael Sampson, Contract Specialist, michael.a.sampson18.civ@mail.mil and Sabin Joseph, Contract Officer, sabin.a.joseph.civ@mail.mil. �The subject line for the email submission shall read as follows:� Subject:� PM FPS FMS Support RFI: �Company Name� INTRODUCTION: The Army Contracting Command- Aberdeen Proving Ground- Belvoir Division (ACC-APG Belvoir), on behalf of PM FPS is issuing a Request for Information (RFI), in accordance with Federal Acquisition Regulation (FAR) 15.201(e). The purpose of this RFI is to solicit industry feedback on options to perform Foreign Military Sales (FMS) requirements for award NLT 4QFY21. The requirement includes, but is not limited to, the following: Integrated Base Defense (IBD), Persistent Intelligence, Surveillance and Reconnaissance (ISR), and Force Protection (FP) system procurement, program management, Field Service Representative (FSR) support, engineering support, logistics support, Technical Manuals (TMs), TM translation, component spares, support equipment, and test equipment. This effort will support worldwide operations to include but not limited to Afghanistan, Iraq, Saudi Arabia, and Egypt. ANTICIPATED PERIOD OF PERFORMANCE: 60 Months, consisting of a 36-month base effort and two (2), 12-month, option periods. CONTRACTING OFFICE ADDRESS: U.S. Army Contracting Command (ACC) � Aberdeen Proving Grounds (APG) Belvoir Division 10205 Burbeck Road, Bldg 362 Fort Belvoir, Virginia 22060-5863 CONFIDENTIALITY: No classified, confidential, or sensitive information, or proprietary information shall be included in your response. Interested parties are responsible for appropriately marking proprietary or competition sensitive information contained in their response. QUESTIONS TO THIS ANNOUNCEMENT: All questions pertaining to this announcement are due within ten (10) business days after release. Telephone requests will not be accepted. Questions regarding this RFI should be submitted via e-mail to Michael Sampson, Contract Specialist, michael.a.sampson18.civ@mail.mil and Sabin Joseph, Contract Officer, sabin.a.joseph.civ@mail.mil no later than 1400 EST on 16 March 2020. If answered, questions will be non-attribution published through the Federal Business Opportunities Website at https://beta.sam.gov/. If the Government has additional questions or a need for information following the evaluation of your response, you may be contacted and asked to provide that information. If an industry outreach event is anticipated in the future, details will be published through the Federal Business Opportunities website at https://beta.sam.gov/. PROGRAM OBJECTIVE: ACC-APG Belvoir is conducting Market Research on behalf of PM FPS in accordance with FAR Part 10 to survey the marketplace for vendors capable of providing FMS support of products managed by the PM FPS. �The level of effort associated with this RFI will be to support FMS requirements after a Letter of Acceptance (LOA) has been signed. The primary requirement is for the eighty (80) foot Persistent Surveillance Tower (PST) systems (previously known as the Persistent Surveillance System � Ground (PSS-G) system). �The Government will provide a Technical Data Package for system procurement. The 80 foot PST system provides a base security cell with unique 360� high-resolution, day/night surveillance capability for enhanced target recognition and situational awareness which enables timely and appropriate response options to the combatant commander to include direct/ indirect fire and superior situational awareness/understanding for development of ground forces maneuvering for patrol/attack and counter improvised explosive devices. Each PST system can operate independently and consists of multiple main components as follows: elevated platform, multi-spectral sensor suite (payload), command and control standard ground station (SGS), 7� Ground Base Station (GBS) operations shelter, and two (2) tactical quiet generators (TQGs). The Tower payload consists of a stabilized Turret-FLIR Unit (TFU) with multi-sensor Day / Night imaging with laser range finding & laser Illuminator capability (determines target distance/location and illuminates targets within a wide area of interest). In addition to the PST systems, some requirements include Alternate Energy Systems (AES), radio connectivity kits, component sparing, training, and technical manuals. Systems will be fielded and sustained Outside the Contiguous United States (OCONUS) in locations to include but not limited to Afghanistan, Iraq, Saudi Arabia, and Egypt. The effort will include, as required and based on FMS case approvals, FMS IBD, Persistent ISR, and Force Protection system procurement, program management, FSR support, engineering support, logistics support, TMs, TM translation, spares, support equipment, and test equipment. Program management support includes activities such as management, reporting, and oversight. Logistics support includes fielding and sustaining integrated product support activities such as supply support, maintenance planning, TM updates, TM translation, training and training support, Total Asset Visibility (TAV) management, packaging, handling, storage and transportation. Note: The TAV information system is a commercially procured, Government owned asset management tool designed to provide the following: supply support of systems and Assigned Stockage Level (ASL) locations and quantities worldwide, Return Merchandise Authorization (RMA), system operational status, archived system data, configuration management, and reports for various fields of inquiry. Engineering support includes activities such as support to the Government in overall capabilities in the form of technical operation, integration, modification, analysis, reporting of analytical findings, testing, evaluating, anomaly resolution, system specification/interfaces, and obsolescence management. Other engineering activities include Software Steady-State Corrective Maintenance; Software Defect Status; Software Corrective Maintenance; Technical Data Packages (TDP) management. Vendors that respond to this RFI shall provide evidence that they can meet the objectives discussed above. RESPONSE SUBMITTAL INSTRUCTIONS: Participation in response to this RFI will not preclude any vendor from responding to future acquisitions, either individually or as part of a team. For this RFI, the Government seeks information regarding your capabilities and experience related to the delivery of capabilities as described in the Program Objective section of this RFI. Sources able to address the above request are invited to submit information describing their approach. Please limit White Paper submissions to a maximum of 20 pages (including a cover sheet) and provide the following information: 1. Please provide the following Point of Contact information: - Contact and company information - Name - Title - Company name - Date of incorporation - Number of years in business - Number of employees - Location - Mailing address - Phone number - Website address - Email address - Note that RFI respondents shall designate a single point of contact for receipt of all information pursuant to this RFI 2. Please identify your company's business size standard based on the primary North American Industrial Classification System (NAICS) code of 334511. For more information, refer to http://www.sba.gov/content/tablesmall-business-size-standards: - Large Business Concern - Small Business (SB) 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 3. Brief overview of company history, limited to three (3) paragraphs. � 4. A technical approach narrative describing the methods in which the contractor will meet or exceed the program objectives and requests described above. � 5. If you identify your company as a Small Business as identified above, then is your company interested in a prime contract? If so, continue to questions #6-10, all others skip to Question #11. 6. Under the current SB recertification regulations, do you anticipate your company remaining a small business, under primary stated NAICS code 541330? 7. If you are a small business and plan to be prime contractor on this effort please inform how you will meet the limitations on subcontracting Clause 52.219-14. Also, does your company possess the capabilities to provide the entire range of these requirements? If not, please list which requirements your company can provide. Please provide details of which aspects your company is capable of providing, e.g., warehouse support, inventory management, transportation. 8. If you are a small business, can you go without a payment for 90 days? 9. If you identify your company as a Small Business or any of the SB subcategories above, then is your company interested in a prime contract? If so, does your company possess the capabilities to provide the entire range of these requirements? If not, please list which requirements your company can provide? 10. Please provide details regarding proposed joint ventures, teaming arrangements, strategic alliances, or other business arrangements to satisfy these requirements. Offerors are encouraged to identify teams, indicating each team member's size based upon the NAICS code of the work that the team member may be doing. 11. Has your Company performed this type of effort or similar type effort (to include size and complexity) in the past, if so provide Contract Number , Point of Contact (POC), e-mail address, phone number, and a brief description of your direct support of the effort? 12. Please identify your company's past and current customers to which you provided these type of capabilities or similar capabilities, including a customer/company name and point of contact, phone number and address/e-mail where they can be contacted. (please provide the above information for up to 5 efforts) 13. Please describe your company�s experience with Foreign Military Sales. 14. Please describe your company�s experience with IBD, Persistent ISR, and Force Protection systems. 15. Please describe your company�s experience with OCONUS operations. 16. Please describe your company�s experience with integrating sensor payloads on tower platforms. 17. Please describe your company�s ability to update Technical Data Packages? 18. What industry standards, certifications, and/or accreditations does your company have for quality control and management (i.e. CMMI, ISO 9001, ISO 17025, NADCAP, etc.)? 19. What approach does your organization use to manage subcontractors, risk, schedule, and cost? 20. Describe your company�s ability and experience to coordinate and execute intra-theater movement of personnel and equipment. 21. Describe your company�s process and experience to conduct field level repairs on OCONUS deployed systems, payloads and associated support equipment. Respondents shall not be obligated to provide the services described herein and it is understood by the United States Government that the cost estimates provided as a result of this request are �best� estimates only. The Government requests that interested sources submit an electronic response of not more than twenty (20) pages, 8.5"" x 11"" paper, 12-point, Times New Roman font, with a minimum of one (1) inch margins all around. Responses to Small Business Questions 6 thru 10 are in addition to the above stated twenty (20) page limitation. Responses should include the company name, Commercial and Government Entity Code (CAGE) code, point of contact, and address. Supporting documentation (such as marketing brochures, fliers, published presentations or papers and other materials that summarize the technology and more about your company) is acceptable (up to two (2) pages worth), and may be referenced by reviewers only in support of claims identified in the White Paper, and only where specifically referenced in the White Paper. The Government makes no guarantee that the supporting documentation will be reviewed and/or considered. Any company proprietary information, performance capabilities and/or future modification plans should be clearly identified and MUST be marked accordingly and will be protected by the Government. Responses to the RFI will not be returned. Responses to the RFI may be used to develop Government documentation. All information marked as proprietary information will be safeguarded to prevent disclosures to non-Government personnel and entities. Your interest in this response is appreciated. All interested companies or organizations are encouraged to respond to the RFI by providing the information by 1400 EST on 16 March 2020. Respondents are requested to submit one electronic copy of the responses to Sabin Joseph, Contracting Officer, at sabin.a.joseph.civ@mail.mil, and to Michael Sampson, Contract Specialist, at michael.a.sampson18.civ@mail.mil. Files should be sent in a Microsoft Word compatible file or a PDF file. Files greater than 10MB cannot be transmitted through the network firewall. Disclaimer: THE GOVERNMENT DOES NOT INTEND TO AWARD A CONTRACT ON THE BASIS OF THIS RFI NOR REIMBURSE ANY COSTS ASSOCIATED WITH THE PREPARATION OF RESPONSES. This announcement is issued solely for information and planning purposes and does not constitute a solicitation. 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. Responses will not be returned nor will the Government confirm receipt. Whatever information is provided will be used to assess tradeoffs and alternatives available for determining how to proceed in the acquisition process. In accordance with FAR 15.201(e), responses are not offers and cannot be accepted by the Government to form a binding contract. All Government and Contractor personnel reviewing responses will have signed non-disclosure agreements and understand their responsibility for proper use and protection from unauthorized disclosure of proprietary information as described in 41 USC �2101-2107. The Government shall not be liable for or suffer any consequential damages for any proprietary information not properly identified. Proprietary information will be safeguarded in accordance with the applicable Government regulations.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/0d1fe6e682a445819113ba9916376c99/view)
 
Record
SN05561859-F 20200215/200213230137 (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  © 1994-2020, Loren Data Corp.