The RFP Database
New business relationships start here

Counter  Rocket, Artillery, Mortar (C-RAM) Sense and Warn Contractor Manning


Illinois, United States
Government : Military
RFP
Go to the link
This document has expired, therefore the above link may no longer work.

 
SOURCES SOUGHT ANNOUNCEMENT

The Defense Information Systems Agency (DISA) is seeking sources for  United States Army Program Directorate (PD) Counter - Rocket, Artillery, Mortar (C-RAM) Sense and Warn Contractor Manning support.

 

 


CONTRACTING OFFICE ADDRESS:  Defense Information Systems Agency (DISA)/Defense Information Technology Contracting Organization (DITCO)/PL8313, Building 3600, Scott Air Force Base, Illinois 62225-5406


 


INTRODUCTION:


 


This is a SOURCES SOUGHT TECHNICAL DESCRIPTION to determine the availability and technical capability of 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 US ARMY PD C-RAM is seeking information for potential sources for fully trained and qualified C-RAM Sense and Warn (S&W) operators, field maintainers and system administrators to operate and sustain all C-RAM S&W components at eight (8) Forward Operating Base (FOB) locations.  The C-RAM force protection capabilities provide life-saving warning to unprotected personnel against indirect fire attacks at US FOB locations in Afghanistan.  The requirement includes contractor support for workforce and management structure on location in the Continental US and Afghanistan to direct, control, and communicate with C-RAM operating teams down to the FOB-level; report systems performance status; identify performance issues; and recommend implementation plans for resolution.


 


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:  HC1028-08-D-2023-0042

Contract Type: Cost plus fixed fee (CPFF)

Incumbent and their size: Northrop Grumman Systems Corporation

Method of previous acquisition: Sole source


 


In support of this requirement, the contractor provides fully trained and qualified C-RAM S&W operators, field maintainers and system administrators to operate and sustain all C-RAM S&W components at eight FOB locations.


 


The anticipated period of performance is a 12-month base period plus two one-year option periods, services will begin January 26, 2015.


 


Contractor shall provide support for Contingency Operations - at Government facilities in the Central Command (CENTCOM) Area of Responsibility.  Contractors shall be imbedded with the US Government Organizations at active, remote, small, austere FOBs located in areas of hostility as defined by the U.S. State Department.  Contractor personnel shall be required to travel to Fort Bliss, TX for conduct of CONUS Replacement Center (CRC) training (1 week).   


 


The contractor shall provide facilities required to conduct training in Huntsville, Alabama. The purpose of this facility is to conduct operator initial entry training and allow for Government oversight and certification of each training iteration of operators on all aspects of the C-RAM SoS.


 


 


REQUIRED CAPABILITIES:


 


The contractor shall provide all labor and materials (less Government Furnished Equipment (GFE)) required to train, deploy, operate and provide field maintenance of all C-RAM S&W components as well as personnel and incidental materials to provide management / supervisory level capability.  The contractor shall develop, deliver, and maintain Training Aids, Devices, Simulators, and Simulations (TADSS) necessary to retain proficiency after deployment.


           


The C-RAM system at each FOB is scaled to meet the S&W requirement.  The C-RAM Command and Control (C2); Air and Missile Defense Work Station (AMDWS); C-RAM Network (C-NET); Multi-Function Radio Frequency System (MFRFS); and Warn system equipment are consistent throughout all FOBs.  Quantities of sensors, alert warning devices, and wireless communications links (C-NET) varies and is dependent upon the size, population and physical layout of a FOB.  FOBs are typically categorized by size, and currently are comprised as follows: 


 


5 nominal sized FOBs (15 or fewer towers) and
3 extra-large FOBs.


 


Provide 24x7 operations and maintenance of C-RAM S&W capability at the FOB Base Defense Operations Center (BDOC).   The contractor shall provide operator/maintainer and system administrator functions for the following systems: C-RAM C2; AMDWS; C-RAM Network; MFRFS; and Warn systems with alerting devices.  At least 30% of operator personnel shall be trained and qualified as system administrators prior to deployment, with a goal of at least one qualified as system administrator at each FOB location 180 days after contract award.


 


Provide set-up and 24x7 sustainment for C-RAM components to contribute to 90%, with a goal of 95%, end item reliability at the field level.  Reliability shall be measured monthly using daily system readiness data provided by the contractor.  The contractor shall provide field maintenance functions for the following systems: C-RAM C2 C2; AMDWS; C-RAM Network; MFRFS / other sensor with associated power; and Warn components IAW applicable technical manuals and guides.


 


Provide workforce and management structures on location in CONUS, and Afghanistan as required to direct, control, and communicate with PD C-RAM and C-RAM operating teams down to the FOB-level, and report systems performance status.


 


SPECIAL REQUIREMENTS


 


Must have Secret clearance.


 


Must ensure that personnel accessing information systems have the proper and current information assurance certification to perform information assurance functions in accordance with DoD 8570.01-M, Information Assurance Workforce Improvement Program.  The Contractor shall meet the applicable information assurance certification requirements


 


 


SOURCES SOUGHT:

The anticipated North American Industry Classification System Code (NAICS) for this requirement is 517919.  This Sources Sought Synopsis is requesting responses to the following criteria ONLY from small businesses that can provide the required services under the NAICS Code. 


To assist DISA 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:

•1)      Business name and address;

•2)      Name of company representative and their business title;

•3)      Type of Small Business;

•4)      Cage Code;

•5)      Contract vehicles that would be available to the Government for the procurement of the product and service, to include ENCORE II, 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.)

 

Vendors who wish to respond to this should send responses via email NLT November 3, 2014, 4:00 PM Eastern Daylight Time (EDT) to tara.l.horstmann.civ@mail.mil and donald.j.petterson.civ@mail.mil. ; Interested businesses should submit a brief capabilities statement package (no more than five pages) demonstrating ability to perform the services listed in this Technical Description.  Documentation should be in bullet format.    

 


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 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.


 


Tara L. Horstmann, Email tara.l.horstmann.civ@mail.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP