The RFP Database
New business relationships start here

Jordan Border Security System Upgrades - Sources Sought/Market Research


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

*26 April 2019 Update: New attachment:Questions/Clarification received, with answers
*25 April 2019 Update: Response date extended/updated to 03 May 2019.
*16 April 2019 Update: Pricing/ROM is no longer being requested.

-Section titled "Submission Details" reflects REMOVAL of the request for price and availability statement describing the Rough Order of Magnitude (ROM) cost, time to deliver, and rate of production.

SOURCES SOUGHT MARKET SURVEY FOREIGN MILITARY SALES (FMS) CASE QC-B-UAO JORDAN BORDER SECURITY UPGRADE

INTRODUCTION


The U.S. Army Contracting Command, Aberdeen Proving Ground (ACC-APG) is issuing this Sources Sought Market Survey notice as a means of conducting market research to identify potential sources having an interest in, and industry technologies available to deliver the required equipments and performing the design, integration, installation, testing, documentation and training of Border Security System Upgrades to the country of Jordan.


This sources sought/market survey is being issued to determine availability from potential sources capable of fulfilling a Foreign Military Sales (FMS) requirement. The U.S. Government requests that interested parties submit a brief description of your company and your company's ability to deliver the required equipment and services.

The results of this notice will contribute to determining the method of procurement, if a requirement materializes. Based on the responses to this sources sought notice/market research, any resulting requirement may be set-aside for small businesses (in full or in part) or procured through full and open competition. Multiple awards may be made. All small business set-aside categories will be considered. Telephone inquiries will not be accepted or acknowledged, and no feedback or evaluations will be provided to companies regarding submissions.


DISCLAIMER


THIS SOURCES SOUGHT IS FOR INFORMATIONAL PURPOSES ONLY. THIS IS NOT A REQUEST FOR PROPOSAL (RFP) TO BE SUBMITTED. 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 SOURCES SOUGHT/MARKET RESEARCH IS STRICTLY VOLUNTARY.


PROGRAM BACKGROUND


The Jordan Border Security System (JBSS) provides electronic surveillance and quick reaction interdiction capability along Jordan's borders. As early as 2009, Jordan began acquiring technology to protect its northern border. The initial fielding, known as Phase 1 (Ph1), has been fully operational since 2014. Obsolescence and technology advancement now require an upgrade in the form of technology refreshment to the JBSS system.



REQUIRED CAPABILITIES


The Government requires a technology refresh for JBSS Ph1 that addresses obsolescence issues, leverages commonality and enhances Jordan's capabilities to detect, interdict, and deter illegal border crossing attempts while maintaining the existing architecture. Technology refresh providing equipment and system integration services is expected for the following three (3) major system elements:


1. Surveillance Towers
2. Command Centers
3. Communications Network


All equipment must be exportable to Jordan. Interested parties must be capable of performing an OCONUS site survey within sixty (60) days, in the event of an award. The order in which the requirements are listed herein has no significance on the order of integration. The removal of existing equipment is a Government responsibility.


SURVEILLANCE TOWER UPGRADES


The surveillance tower upgrades are required as defined below. The installation locations are twenty-six (26) fixed surveillance towers and four (4) mobile/transportable towers.


o Upgrade Ground Surveillance Radar (GSR)
 Upgrade twenty-four (24) Thales/DRS Squire Radar, P/N 9556 050 M71XX
 Prerequisite repair actions and shipping to/from the depot workshop are to be Government responsibility
 Integrate and Test Radars at twenty-two (22) sites; integration effort may require additional hardware be delivered
o Technology Refresh Electro-Optic (EO) / Infrared (IR) Optics
 Deliver twenty-five (25) new FLIR HRC-U Camera, P/N 614005704/22A
 Deliver twenty-five (25) new CohuHD Long-Range Camera, P/N 8882-7201/P60C
 Integrate and Test EO/IR Cameras at twenty-two (22) sites; integration effort may require additional hardware be delivered
o Redesign Sensor Bracket and Pan-Tilt Unit (PTU)
 Deliver ten (10) new Moog QMP-R PTUs, P/N 7-53450-BGP
 Design, Integrate and Test the PTUs at ten (10) sites
o Upgrade Off-Grid Renewable Power Systems (RPS)
 Deliver twenty-six (26) new RPS systems
 Deliver new Shelter-to-Sensor cables as needed
 Perform site works at twenty-six (26) sites
 Integrate and Test the new RPS at twenty-six (26) sites
o Upgrade Site Protection Systems (SPS)
o Miscellaneous Tower Upgrades
 Design and Integrate eight (8) safety platforms for steel lattice towers, including fall arrest system and equipment hoist


COMMAND CENTER UPGRADES


The command center upgrades are required as defined below. The installation locations are seven (7) command centers and one (1) training center - four (4) Intelligence Collection Elements (ICE), two (2) Brigade Intelligence Centers, one (1) Border Security Operations Center (BSOC) and one (1) Maintenance / Training Center (MxTC). All equipment shall be connected to the network and capable of providing status via Simple Network Management Protocol (SNMP).


o Upgrade Server Architecture
 Deliver new servers rack 44U height at seven (7) sites
 Deliver new cables, brackets, slide rails for seven (7) racks
 Deliver new HP servers at seven (7) sites
 Deliver new Cisco switches at seven (7) sites
 Deliver new Cisco routers at seven (7) sites
 Deliver new Intrusion Detection servers at seven (7) sites
 Deliver new Storage Area Network at seven (7) sites
 Deliver new rack-mount Uninterruptable Power Supplies at seven (7) sites
 Deliver new in-rack intelligent Power Distribution Units (PDUs) at seven (7) sites
 Deliver Keyboard-Video-Mouse display in each server rack
 Deliver enhanced Persistent Sentinel HiRSA C2 Software to include Enterprise license structure
 Deliver all required support software for the HiRSA C2 Software
 Deliver new Network Management System (NMS)
 Integrate and Test all of the above
o Upgrade Operations Rooms
 Provide at least four (4) new C2 Operator Workstations per Command Center Operations Room
 Provide one (1) new Maintenance Workstation per Command Center Operations Room
 Provide new stand-alone UPS for all new workstations
 Integrate all cable connections between server rack and workstations
 Modify as needed the existing video wall display and distribution subsystem
 Deliver all required support software for the Workstations
 Integrate and Test all of the above


o Provide a hybrid mock server and operator workstation environment to be used for training purposes


COMMUNICATIONS NETWORK UPGRADES


The communications network upgrades are required as defined below. The installation will occur at various locations within the country of Jordan.


o Deliver fifty (50) new Cambium Networks PTP820G Point-to-Point (PTP) Radio Link Pairs
 Backhaul frequency band is to be 8GHz
 Tower-to-Tower frequency band is to be 11GHz
 Surveillance Tower antennas to be one (1) foot in diameter
o Integrate and Test forty-five (45) PTP radio links
o Connection and Testing shall be made for the existing fiber optic cable designated between the communications tower and command center
o Deliver four (4) new network routers at the SCC sites
o Deliver four (4) new rack-mount UPS at the SCC sites



OPTIONAL CAPABILITIES


Optional capabilities are required as defined below.


o Deliver thirteen (13) hand-held Chemical, Narcotics and Explosives detection systems.


SPECIAL REQUIREMENTS


Any resulting contract is anticipated to have a security classification level of Unclassified. Any resulting contract shall be compliant with the specialty metals restriction of the Berry Amendment (10 U.S.C. 2533a and 2533b) in accordance with DFARS clauses 252.225-7008 and 252.225-7009.


ELIGIBILITY


The applicable NAICS code for this requirement is 541511, "Custom Computer Programming Services", with a Small Business Size Standard of $27.5M dollars.



SUBMISSION DETAILS


Interested businesses should submit a brief capabilities statement package (no more than 10, 8.5x11 inch pages, font no smaller than 10 point) demonstrating ability to provide the products/systems listed in this Sources Sought/Market Survey should be in bullet format. No phone or email solicitations with regards to the status of a subsequent RFP will be accepted.

Questions shall be submitted by 19 April 2019 to allow adequate time for answering. After 19 April 2019, the Government will make every attempt to answer questions, however, cannot guarantee questions will be answered before the sources sought closes. All questions shall be submitted electronically to the following email address: Kristin.L.Dacey2.civ@mail.mil Telephone inquiries will not be accepted.

Responses to this Sources Sought, including any capabilities statement, shall be electronically submitted to the Purchasing Agent, Kristin Dacey, in either Microsoft Word or Portable Document Format (PDF), via email to Kristin.L.Dacey2.civ@mail.mil no later than 12:00 p.m. EST on 03 May 2019 and reference this synopsis number in subject line of e-mail and on all enclosed documents. Information and materials submitted in response to this request WILL NOT be returned. DO NOT SUBMIT CLASSIFIED MATERIAL.


If your organization has the potential capacity to provide the required products/systems, please provide the following information:


• Name of Organization, Company Cage Code, DUNS, Address, Point(s) of Contact with telephone number and email address;
• Size of Business (Small or Large) and any Small Business Status (8(a), HUB Zone, veteran-owned, women-owned, etc.);
• Please indicate which NAICS code(s) your company usually performs under
Government contracts for this type of requirement;
• Tailored capability statements addressing the requirements of this notice, 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.
• If applicable, indicate in which countries similar work has been performed, providing examples.


All data received in response to this Sources Sought that is marked or designated as corporate or proprietary will be fully protected from any release outside the Government.


 


Kristin L. Dacey, Purchasing Agent, Email kristin.l.dacey2.civ@mail.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP