The RFP Database
New business relationships start here

Market research for the Stryker Family of Vehicles (FOV) in the area of System Technical Support Services


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

1. Program: Project Management Office Stryker Brigade Combat Team (PMO SBCT)
 
2. Subject: Market research for the Stryker Family of Vehicles (FOV) in the area of System Technical Support Services.

3. Description and Background:

This Request for Information (RFI) will focus on acquiring information about the capabilities and readiness of qualified contractors who would be interested in providing System Technical Support (STS) services for the Stryker FoV. The Government is seeking information for the following STS efforts: Command, Control, Communications, Computers, Intelligence, Surveillance, and Reconnaissance (C4ISR), Systems Engineering Support (SES), Systems Integrated Laboratory (SIL), Logistics Engineering Support (LES) and Contractor Test Support (CTS).
It is anticipated that the United States Government (USG) will award a follow-on to the below referenced STS contract for its FY19-24 requirements. Any information received in response to this survey will be used by the Government to aid in its FY19-24 Stryker Acquisition Planning effort for STS. Currently, the Government plans to obtain the prospective requirements identified within this survey from a source that has the ability to meet the Government's requirements without creating a substantial duplication of cost.


For the purpose of formulating a response to this survey, please assume the following:
 
a. The Interactive Electronic Technical Manuals (IETMs) are complete and will be provided with the potential RFP.
b. The USG does not have a complete Stryker Technical Data Package (TDP) to provide.


Since the Stryker was based on an existing vehicle system design (Light Armor Vehicle or LAV Ill) that was developed at private expense, Section 2320(a)(2)(F)(i), Title 10, United States Code precludes the Army from making release or sale of proprietary technical data a condition of contracting with the Government.


4. Prospective Contract Requirements Description. The overarching requirements for this proposed contract require a contractor to provide engineering support as follows for the Stryker FOV's during the 1 Feb 19 - 31 Jan 24 timeframe.

a. C4ISR: Provide programmatic engineering support and identification, integration and vulnerability assessment of communications technologies to include Cybersecurity best practices, kits, Situational Awareness (SA) systems and tools, data management equipment systems, and subsystems for C4ISR systems that currently exist on the Stryker FoV. Non-recurring engineering systems integration for software and hardware, technical support, technical assessments, Cybersecurity integration and continuous improvements, and analysis of Department of Defense (DoD) enterprise, operational and systems architectures and systems modeling that will require implementation on the Stryker FoV for C4ISR is also required for systems vis a vis obsolescence replacement product improvement, or whole scale addition of new mission command capabilities to platforms as part of DA directed Unit Set or Capability Set Fieldings.


b. SES: Generate system engineering solutions that will allow for the development and integration of hardware onto the Stryker FoV and provide design improvements to meet defined user priorities. Provide satisfactory solutions to design problems and field problems. The solutions required must maintain the Stryker FoV commonality of all physical, functional, and technical interfaces with the established design.


c. SIL: Maintain a technologically current environment to conduct development and integration, requirements validation, system verification, sustainment, and technology insertion for the Stryker FoV. The SIL is a key element of the development and life-cycle sustainment of the Stryker Vehicles and will support a continuous process improvement strategy and identifies and corrects system and software defects prior to releasing products to the Army test centers and the soldier.


d. LES: Provide production engineering support in the development and implementation of an Integrated Logistics Support plan, paper or PDF operator manuals, Interactive Electronic Technical Manuals (IETM) to include Field Level Maintenance, troubleshooting, and Operator/Crew tasks with Repair Parts & Special Tools List (RPSTL), Configuration Management program, Provisioning and provisioning master record program, Logistics Management Information (LMI) analysis, Supportability Analysis, Task Analysis, Level of Repair Analysis (LORA) , and sustainment level maintenance support by developing National Maintenance Work Requirements (NMWR) and Depot Maintenance Work Requirements (DMWR) in appropriate MIL-STD formats. Maintain a formal maintenance program for the Stryker FoV EMD assets which includes scheduled services, diagnostic troubleshooting and removal and replacements of unserviceable parts and repair parts.


e. CTS: Provide comprehensive support to Government testing. This support should consist of documenting and providing test support packages for training for operator, crew and maintenance personnel, technical manuals, common and unique spare and repair parts, special tools, test equipment, and Field Service Representatives (FSR) to support all vehicle tests and test sites.


5. Information Sought:


Contractors who deem themselves qualified and who would be interested in competing for any portion of the anticipated contract, please take the time to respond to the questions provided below.


1. Administrative Information:
a. Company Name
b. Mailing Address and Website
c. CAGE Code (if applicable)
d. North America Industry Classification System (NAICS) number
e. Business size and eligibility under USG socio-economic programs and preference
f. Does your company use a cost system that has been certified by the Defense Contract Audit Agency (DCAA)?


2. Person Responding to Questionnaire:
a. Name
b. Title
c. Company Responsibility/Position
d. Telephone Number/Fax Number
e. E-Mail Address


3. Security
 
a. Do you have a Facility Security Clearance and a Facility Security Officer (FSO)?
b. Does your company deal with International Traffic in Arms Regulations (ITAR) issues? If so, what experience do you have with technical assistance agreements?
c. Is your company foreign owned? If so, fully or partially owned?
d. Will the workforce on the Contract be United States (US) citizens?
e. Does your company have experience with Army Security Regulations?
f. Please describe your experience with Operations Security (OPSEC) plans.
g. Please describe your experience with Program Protection Plans (PPP).
h. Is your company currently able to transmit unclassified data in accordance with USG data encryption requirements?
i. Does your company currently meet Army Network Control (NETCON) Information Technology (IT) security standards for data?
j. Does your company have experience with DD 254 - Contract Security Classification Specification? If so, what procedures does your company use to enforce DD 254 compliance with subcontractors?
k. Does your company have the ability to operate and maintain a secure Army data collection site (manpower, estimated labor hours, and total payments)?


4. Cybersecurity

a. Please describe your company's experience in integrating Cybersecurity best practices into an IT System, devices with embedded operating systems, vehicle systems or similar.
b. Please describe your company's experience in Supply Chain Risk Management (SCRM) and managing, controlling and verifying tier-1 and sub-tier suppliers' acquisition of components and parts supporting IT systems or vehicle systems.
c. Please describe your company's experience in Cybersecurity accreditation efforts either in support of USG efforts or to maintain your company's internal systems.
d. Please describe your company's experience in IT system patch management.
e. Please describe your company's experience in Cybersecurity Incident Response as supporting restoration or recovery of IT systems or vehicle systems.


5. Cost & Software Data Reporting (CSDR)

a. Please describe your experience preparing/submitting Cost and Software Data Reporting in accordance with DoD 5000.4M1 (CSDR Manual).


6. Configuration Management
 
a. Please describe your Configuration Management System, CM Plan, CM tools, and Sustainability Strategy.
b. Please describe your experience in maintaining configuration control of a fleet of vehicles.
c. Please describe your experience in maintaining configuration control of Kits.
d. Please describe your experience in providing overarching configuration coordination over production and fielded vehicles.
e. Please describe your experience in providing overarching configuration coordination over production of Kits.
f. Please describe the database your company would use to track configuration management of the current fleet of Strykers.
g. Please describe the database your company would use to track configuration management of the Kits to support Stryker.
h. Please describe how your company would manage a configuration management database for the baseline configuration of the Stryker by serial number, update for deployment history and adjust during reset of the platform.
i. Please describe how your company would manage a configuration management database for the baseline configuration of the Stryker Kits by part number or national stock number, update for deployment history and adjust during reset.
j. Please describe your experience with LMP, to include whether you have experience in writing LMP requisitions.


7. Quality Assurance

a. Please describe the quality control system your company has in place.
b. Give examples of continuous improvement your company has achieved in accordance with a quality system.
c. Please describe your supplier quality control system.
d. Please elaborate on the process controls used by your company.
e. Please describe your Quality Management System for performing vehicle maintenance.
f. Please describe how you would maintain quality control for spare parts obtained from vendors, produced in house, coming from repair, or obtained by any other means.
g. Please describe your root cause corrective action process.


8. Capability Maturity Model Integration (CMMI)

a. What is your CMMI level?
b. Describe any process improvement strategies that you currently have in place that apply to the following process areas:
i. Requirements Management
ii. Project Monitoring and Control
iii. Project Planning
iv. Configuration Management
v. Measurement and Analysis (Metrics)
vi. Process and Product Quality Assurance
vii. Organizational Process Definition and Management
viii. Causal Analysis of Defects


9. Engineering Support

a. Please describe how you will meet the target start date of these efforts and avoid a break in performance.
b. Please describe any similar services provided for any USG agency, to include but not limited to the following: examples of service(s) performed, timeframe and location of performance.
c. Please describe how your company would manage the daily operations for each of the engineering support services (C4ISR, logistics engineering support, Systems engineering support, and SIL).
d. Please describe your Systems Engineering Plan.
e. Please identify your experience with and successful application of conducting Design Failure Mode Effects Analysis. Please identify the products utilized.
f. Please describe your experience deploying engineering resources to OCONUS locations.


10. Reliability, Availability and Maintainability (RAM)

a. What is your knowledge of Reliability Growth? How does your company apply Reliability Growth to your programs?
b. Does your company have a comprehensive systems engineering process that includes design for reliability (DFR)
c. Do you have knowledge of the Failure Analysis and Corrective Action Reporting (FACAR) process? Does your company have a problem resolution tracking program?


11. Program Management

a. Please describe your company's experience in managing similar programs.
b. Please describe your company's organizational structure
c. Please describe your company's management approach in executing similar programs.

6. Responses


Response Format: Electronic responses are required in any of the following formats: Microsoft Word 2010 or earlier, Microsoft Excel 2010 or earlier, Microsoft PowerPoint 2010 or earlier or Adobe Acrobat. The maximum size of each e-mail message should be no more than three and one-half (3.5) megabytes. You may use multiple e-mail messages. The subject line must include the message number, (example: 1 of 3, 2 of 3, 3 of 3), and quote mark "[Company's Name] response to PMO SBCT Sources Sought Stryker STS Market Survey. All interested firms, regardless of size, are encouraged to respond to this request for information.


It is not necessary to respond to this market survey in order to be eligible for future contract awards.
Responses shall be furnished to the government by NLT 1300 local EST 22 June 2017. Please submit electronic responses to this survey, as well as questions for clarification to:


usarmy.detroit.peo-gcs.mbx.stryker-rfi@mail.mil


RESPONSES SHOULD INCLUDE:
Cage Code:
Company Name:
Mailing Address:
Company Website:
Location of Facilities:
Point of Contact:
Phone Number:
Fax Number:
Email:
Company business size and active System for Acquisition Management (SAM) information:


1. In addition, provide your organization's past and current experience and contracts related to the research, development, and evaluation of your technology or enhancement that you would plan to use for the Stryker STS effort. Identify other organizations or countries that are using your product and technology.


2. Please also provide a response to the following questions:
 
a. What specific information would your company need in order to compete for this requirement?
b. What kind of experience does your company have doing this type of work? Please provide specific examples.
c. In the event no Technical Data Package is available, can your company still compete for this effort?
d. Indicate what general types of technical data or access to government-furnished equipment might help your company further refine its offering in the event a Request for Proposal for some or all of these capabilities is tendered.


8. Disclaimer:


This Sources Sought Notice is for informational purposes only. The information in this notice is subject to change and is not binding on the Government. This is not a request for proposal, does not constitute a solicitation, and shall not be construed as a commitment by the Government to purchase enhancements, hardware, or services for the Stryker FoV. Responses in any form are not considered offers and the Government is under no obligation to award a contract as a result of this announcement. Funds are NOT available to pay for preparation of responses to this announcement. Any information submitted by respondents to this Sources Sought Notice is strictly voluntary.
Since this is not a request for proposal, respondents WILL NOT be notified regarding information obtained related to this Sources Sought Notice. Responses will not be returned nor will detailed feedback be made available. If and when a solicitation is issued, it will be posted on www.fbo.gov. It is the respondent's responsibility to monitor these sites for the releases of any additional market surveys, synopses or solicitations.
Proprietary Information. The United States Government (USG) acknowledges its obligations under the Federal Acquisition Regulation and 18 U.S.C. §1905 to protect confidential information provided to the Government. Pursuant to this statute, the USG is willing to accept any trade secrets or proprietary restrictions placed upon data presented in response to this survey and to protect such information from unauthorized disclosure, subject to the following:


• Data must be clearly marked PROPRIETARY and be accompanied by an explanatory text so that the Government is clearly notified on what data is proprietary.
• Mark only data that is truly confidential.
• Do not mark data that is already in the public domain or is already in possession of the USG or third parties on an unclassified basis. Do not submit any classified data in response to this market survey.
• Proprietary data transmitted electronically must have the PROPRIETARY legend on both the cover of the transmittal e-mail as well as at the beginning of the file. Proprietary information contained within the correspondence shall use the legends: "PROPRIETARY PORTION BEGINS" and "PROPRIETARY PORTION ENDS."


Disclaimer: The Government is not responsible for the public disclosure of unmarked data received in response to this market survey. Accordingly, the potential offeror shall ensure that technical data provided in response to this market survey shall be appropriately marked (i.e. proprietary) to ensure proper Government handling of the data. Should the USG need to reproduce the protected data for distribution purposes between Government offices, all such data shall be reproduced with restrictive legends in place.


 


 


Antonio C. Smith, Contract Specialist, Phone 5862826778, Email antonio.c.smith13.civ@mail.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP