News

PD Aerostats Request for Information

Type of document: Contract Notice
Country: United States

PD Aerostats Request for Information

Agency:
Department of the Army

Official Address:
6001 COMBAT DRIVE Aberdeen Proving Ground MD 21005-1846

Zip Code:
21005-1846

Contact:
Thomas Frank, PD Aerostats Systems Engineer, Email thomas.m.frank.civ@mail.mil тАУ Matthew C. Ebner, Contract Specialist, Email matthew.c.ebner.civ@mail.mil

Link:

Date Posted:
26/09/2017

Classification:
58

Contract Description:
THIS IS A REQUEST FOR INFORMATION (RFI) ONLY. This is not a Request for Proposal (RFP) nor an Invitation for Bid (IFB) and is being issued solely for information and planning purposes. It does not constitute a solicitation and shall not be construed as a commitment by the Government. Further, the Government is not seeking proposals at this time and will not accept unsolicited proposals. There is no solicitation available at this time. Any information submitted by respondents to this synopsis is strictly voluntary. Respondents are advised that the US Government will not pay for any information or administrative costs incurred in response to this RFI; all costs associated with responding to this RFI will be solely at the interested partyтАЩs expense. The issuance of this RFI does not restrict the Government as to its ultimate acquisition approach. The Government will neither award a contract solely on the basis of this notice, nor pay respondents for any information that they submit in response to this RFI. Not responding to this RFI does not preclude participation in any future RFP, if any is issued. If a solicitation is released, it will be synopsized on the Federal Business Opportunities (FedBizOpps) website. It is the responsibility of the potential offerors to monitor these sites for additional information pertaining to this requirement.

SYNOPSIS:
Product Director (PD) Aerostats is seeking potential sources with the capability to provide engineering, technical, operations, training, and logistics support services for the Persistent Surveillance Systems-Tethered (PSS-T) program either in the contiguous United States (CONUS) or outside the contiguous United States (OCONUS). PD Aerostats is determining the availability and technical capability of potential offerors to support PSS-T systems.
RESPONSE DUE DATE: Interested parties should submit responses electronically no later than October 3, 2017, 1600 EST via e-mail to Thomas Frank, thomas.m.frank.civ@mail.mil and William Kwan, william.k.kwan.civ@mail.mil.

CONFIDENTIALITY: No classified, confidential, or sensitive information should be included in your response. Proprietary information is acceptable, but must be marked as proprietary. The Government reserves the right to use any non-proprietary technical information in any resultant solicitation(s).
QUESTIONS TO THIS ANNOUNCEMENT: All questions pertaining to this announcement are due within three (3) calendar days after release of this RFI. Only one (1) set of questions per company will be accepted, and must be submitted via e-mail within three (3) calendar days after release of this RFI. Telephone requests will not be accepted.

SPECIAL REQUIREMENTS:
A Department of Defence (DD) Form 254 Contract Security Classification Specification shall apply to this requirement and the prime contractor shall have or demonstrate ability to obtain a Top Secret facility clearance no later than the time of contract award. Personnel clearances may be obtained after contract award, but must be in place prior to individuals beginning work on the program that would require access to classified information.

PROGRAM OBJECTIVE:
PSS-T consists of 58 program of record (POR) aerostats and 19 quick reaction capability (QRC) contingency stock aerostats. The PSS-T POR aerostats are capable of persistent, integrated, networked, and multi-sensor information collection by operating for long periods of time at an altitude to maximize the line of sight and field of regard of on-board systems. The PSS-T systems are Command, Control, Communications, Computers, Intelligence, Surveillance and Reconnaissance platform equipped with a variety of sensors to fulfill force protection, communication, and surveillance missions. PSS-T is required to be employed during all phases of theater operations. PSS-T is responsive to the ground component of a joint warfighting force by providing weather-dependent, persistent surveillance at operating locations throughout the operational area and directly enhancing the commanderтАЩs situational understanding.

ASSUMPTIONS:
A Government -owned, Contractor operated (GOCO) arrangement to provide engineering, operations, and logistics services for an existing fleet mixture that consists of up to 54 POR PSS-T systems (27 medium and 27 large) and contingency 19 PSS-T Large QRC systems fully mission capable (FMC) for operations and four (4) PSS-T systems for test, training, and exercise [two (2) medium and two (2) large].

Field-level maintainer personnel shall have expertise to perform maintenance on aerostat platforms and associated support equipment, including boom-lifts, forklifts, and generators. Field-level maintenance tasks include, but are not limited to; preventative maintenance checks and services (PMCS), troubleshooting, removing and replacing line replaceable units, removing and replacing sensors, monitoring/testing of helium purity, and installing/de-installing the system.

Transition from the current provider to a new provider shall have no phase-in transition period to support this requirement based on requirements for increased activity under PD AeorstatsтАЩ current contracts.

Respondents should plan to support original equipment manufacturer (OEM) hardware and software with limited data rights and/or proprietary sub-components and provide examples of existing relationships with relevant OEM and suppliers.

INSTRUCTIONS TO RESPONDENTS:
Responses are requested outlining firmтАЩs capabilities for providing program management, engineering, operations, and logistics. RespondentтАЩs solutions may incorporate teaming arrangements as authorized by Federal Acquisition Regulation 9.6. Small business concerns are encouraged to respond. Responses shall be submitted via electronic mail (e-mail). The size per e-mail cannot exceed 15MB. Respondents are permitted to provide only ONE (1) response package. Submissions shall be compatible with Microsoft (MS) Office products and produced in Microsoft Office 2007 or newer versions [Microsoft Word, Microsoft Excel (data file should be .xls file format), Microsoft Project, and Microsoft PowerPoint]. Excel files shall not contain any hidden cells, hidden sheets, locked formulas, or access data from any files that are not included with the response package. The response package shall not exceed 30 pages, and must address, at a minimum, the items highlighted in the requirements section of this RFI. Pages containing text shall be typewritten on standard letter 8.5 inch x 11 inch size paper. Each paragraph shall be separated by at least one (1) blank line. Drawings or other graphics shall be reduced only to the extent legibility is not lost. Each page shall be single spaced with a minimum of 12-point Arial font and no less than one (1) inch margins/borders. Any table or graphic shall utilize a minimum of 10-point Arial font and may be landscaped.

If your organization has the potential capacity to perform these contract services, please provide the information requested in items 1-5 of this RFI. Responses to items 2-5 should include tailored capability statements addressing the particulars of this effort, with appropriate documentation supporting claims of organizational and staff capability. If significant subcontracting or teaming is anticipated in order to deliver technical capability, organizations should address the administrative and management structure of such arrangements.

REQUIREMENTS:
The Government will evaluate market information to ascertain potential market capacity to perform the requirements of a product support integrator (PSI) for the PSS-T aerostat program. The PSI is responsible for providing all services to maintain operational ready PSS-T aerostats in multiple theatres, meet POR objectives, and urgent warfighter requirements. Respondents shall address each of the service requirements below (program management, engineering, operations, and logistics) by describing:
тАв The work your company performed in the past in support of the same or similar requirement
тАв Processes, procedures and tools used to successfully perform the same or similar requirements
тАв The full range of corporate financial, human capital, and technical resources required to successfully perform the same or similar requirements
тАв CompanyтАЩs ability to scale its capacity, and adapt itsтАЩ tools, processes and procedures to meet the requirements of the PSS-T program PSI

1. Program Management:
a. Teaming/partnership arrangements and relevant services that each partner will provide to include: program management, engineering, operations, and logistics support services. Provide details as to whether your company has managed a team of subcontractors on a task of this nature.

b. Subcontract management processes that ensures flow down of all necessary contractual and program requirements, efficient work authorization, quality control, and oversight of subcontractors employed.

c. Organization/team control and management of company processes, include management oversight, reporting, standards, risk management, scheduling, and cost control. Provide a notional organizational chart as part of your discussion.

2. Engineering:
a. Engineering services such as; reach back support, integration and test of new capabilities, sustainment of software baselines, hardware obsolescence, and maintenance of the technical data (documentation, drawings, and training aids).

b. Product acceptance including system, subsystem, and component quality, verification, and testing at all levels, including lower tier subcontractors and suppliers.

c. Engineering security solutions for forward deployed and/or tactical systems. This should include the design, preparation, and knowledge of all the required steps, documentation, and actions needed to accredit the system under the risk management framework (RMF) process, DoDI 8500.01 and DoDI 8510.01 and NIST guidelines.

d. Integration and modification of OEM systems, including aerostat airframes, avionics, telemetry, sensor and communication equipment, mobile mooring stations, ground control stations, and other auxiliary equipment.

3. Operations:
a. Support to a dynamic aerostat program. Include all CONUS and OCONUS functions, organizational constructs, relationships, roles, and responsibilities.

b. Above user-level and depot-level maintenance requirements, to include troubleshooting, retrograde procedures, repair costs, and associated labor.

c. Performing aerostat flight operations, launch and mooring processes and procedures, operations of associated sensors, data recording, storyboard development, weather operations, PMCS performance, and overall aerostat reporting.

d. Ensuring maximum operational readiness in the following areas:
i. Continuity of Operations
ii. Disaster Recovery
iii. System Maintenance
iv. Information Assurance Vulnerability Assessment Management
v. Incident Handling/Incident Response

4. Logistics:
a. Implementing a training program to qualify aerostats operators, such as; manuals, documentation, and training aids that your company uses to certify operators.

b. Processes for packaging, shipping and transportation operations to include spare/repair parts, support equipment and kits, and entire systems to meet commercial and military shipment directives and regulations.

c. Accurate and timely inventory management for hubs in various geographical locations and total asset visibility in accordance with Department of Defense standards for aerostat systems at multiple locations.

COMPANY INFORMATION:
a. Please provide the following point of contact information:
i. Company:
ii. Mailing Address:
iii. Web Address:
iv. Point of Contact Name:
v. Point of Contact Title:
vi. Phone Number:
vii. Email Address:
viii. Fax Number:

b. Please identify your companyтАЩs small business size standard based on the primary North American Industry Classification System (NAICS) code of 541 тАФ Professional, Scientific, and Technical Services/541330 тАФ Engineering Services. The small business size standard for this NAICS code is $38.5 Million. For more information refer to size-standards. Provide a statement including current small/large business status and company profile to include number of employees, annual revenue history, office location, DUNS number, etc.

Please identify if your business is categorized as a small business by the SBA, or any of the following subcategories:

тАв Small Business (SB) Concern
тАв 8(a)
тАв Small Disadvantaged Business (SDB)
тАв Woman-Owned Small Business
тАв Historically Underutilized Business Zone (HUBZone)
тАв Veteran-Owned Small Business
тАв Service-Disabled Veteran-Owned Small Business

c. If you identify your company as a SB or any of the SB subcategories as outlined in Question 1.b, is your company interested in a prime contract for the PSS-T requirement?

d. Under the current SB recertification regulations, do you anticipate your company remaining a SB through FY18 under primary NAICS Code of 541 тАФ Professional, Scientific, and Technical Services/541330 тАУ Engineering Services? If you are a SB, please answer questions 1.d.i & ii. All others skip to Question 1.e.

i. What percentage of this requirement do you plan to perform in house (e.g., not subcontract)? Describe how your company would be compliant with FAR 52.219-14, which states that at least 50% of the total contract cost (e.g., both services and supplies) will be incurred by the small business prime contractor. Provide an explanation of your companyтАЩs ability to perform at least 50% of the tasking described herein.

ii. If you are a SB, please demonstrate that your company has adequate resources, financial or otherwise, to perform the requirement.

e. Is your company currently providing similar services to another government agency or other non-government customer? If so, please identify the agency or non-government customer (you may also include contract numbers for government customers). If you are unwilling to share your customerтАЩs identity, please address whether your company offers the same or similar services commercially.

f. Please identify your companyтАЩs past and current customers to which you provided this type of service or similar services, including a customer/company name and point of contact, phone number and address/e-mail where they can be contacted.

g. Does your company have acceptable contractor business systems? Please provide details regarding each system as identified in DFARS 252.242-7005.

h. Please identify the companyтАЩs facility clearance level and safeguarding capability level. Also indicate the number of company employees and their position(s) that currently possess or are eligible for SECRET and TOP SECRET clearances.

i. Please state if you company is willing to host the Government for a site visit to further review and validate company credentials, capabilities, processes, equipment, and documentation.

POINT(S) OF CONTACT:
William Kwan, PD Aerostats, william.k.kwan.civ@mail.mil
Thomas Frank, PD Aerostats, thomas.m.frank.civ@mail.mil

Please submit all responses to the email addresses provided below no later than 3 October 2017, 1600 Eastern Standard Time (EST). All information submitted should support the offerorтАЩs capability to provide the items required, and shall be furnished at no cost or obligation to the Government. Responses must be in writing and must provide clear and concise documentation indicating an offerorтАЩs bona fide capability to provide these items. Verbal responses are not acceptable and will not be considered. Responses and questions concerning this requirement shall be submitted via email to the points of contact identified above.

Response Date:
100317

Sol Number:
W56KGY-16-D-0035PSS-T

 

Who are we?

From publishing the first national directory of public sector contracts, to being the first to market with our online Tracker solution, we have been the true pioneers of technology and innovation in the public sector marketplace. Throughout our 39 years, we have continued to evolve and chart new territory тАУ placing our customers at the heart of everything we do. Take your business to the next level with Tracker now.

If you request a demo today!

Download your Free UK Defence Industry Report

Start Your Free Trial Today

Download your Free UK Defence Industry Report

Download your Free UK Defence Industry Report

When you sign up for a 3 day free trial or demo.

Limited time only

    BiP Solutions owns DCI and we look after your details carefully. We offer a range of products, services and events (some of which are free) that help buyers tender more efficiently and suppliers find, bid for and win public and private sector contracts. Only tick this box if you wish to receive information about these. We will never share your details with third parties and you will have the opportunity of opting out of communications every time we contact you. For further details, please see our Privacy Policy