The RFP Database
New business relationships start here

PSDS2 Request for Information


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

This Request for Information is posted in accordance with FAR Part 10 to conduct market research.

This Request for Information (RFI) shall not be considered as an Invitation for Bid (IFB), Request for Quotation (RFQ), Request for Proposal (RFP) or as an obligation on the part of the Government to acquire any products or services. All business types can respond to this RFI. Your response to this RFI will be treated as information only. No entitlement to payment of direct or indirect costs or charges by the Government will arise as a result of contractor submission of responses to this announcement or the Government use of such information. Responses to these notices are not offers and cannot be accepted by the Government to form a binding contract. The Government reserves the right to reject, in whole or part, any contractor input resulting from this request. This request does not constitute a solicitation for proposals or the authority to enter into negotiations to award a contract. No funds have been authorized, appropriated, or received for this effort. The Army in developing its acquisition strategy, Performance Work Statement, Statement of Objectives and/or Performance Based Specification(s), may use the information provided. Parties responding to this RFI are responsible for adequately marking proprietary or competition sensitive information contained in their response. The Government does not intend to pay for the information submitted in response to this RFI.


Program Executive Office Intelligence Electronic Warfare & Sensors (PEO IEW&S), Project Manager Terrestrial Sensors (PM TS), and Product Manager (PdM) Force Protection Systems, is conducting market research to determine potential vendors in the market place for the following services for Persistent Surveillance and Dissemination System of Systems (PSDS2).


System Description:
The PSDS2 is a system that networks existing video sensors into a common architecture to support persistent surveillance and rapid dissemination of actionable information for the Warfighter. The PSDS2 receives inputs from multiple sensors to provide situational awareness (SA) forward operating bases (FOBs), Brigade level technical operation centers (TOCs), and Joint Operation Centers (JOCs). The PSDS2 disseminates real-time streaming video, autosensing available bandwidth and provides video in context for SA on terrain maps for common operational picture (COP) situational display; archives video and metadata for forensic analysis
Requirement:


Field Services Representatives (FSRs):
The contractor shall provide FSRs to provide system installation, deployment and operations in both contiguous United States (CONUS) and outside the contiguous United States (OCONUS) locations. The FSRs shall perform PSDS2 system configuration, software updates, network configuration, system administration, information assurance, preventative and corrective hardware and software maintenance on all fielded systems, and hardware installation.

The FSRs shall minimize maintenance down-time with a goal of maintaining the PSDS2 main hub-sites and PSDS2 network. The FSRs shall maintain the systems in theater to meet operational readiness requirement of 85% or better. The FSRs shall ensure the PSDS2 systems current configuration for hardware and software requirements are as specified in the PSDS2 System Specification. The FSRs shall assist the OCONUS logistician in logistics functions.


OCONUS Operators/Imagery Analysts:
The contractor shall provide OCONUS Operators/Imagery analysts operating the PSDS2 systems processing, exploiting, and disseminating FMV at designated OCONUS locations.


The PSDS2 Operator/Imagery analyst functions shall include: monitoring, analyzing overhead and aerial/terrestrial imagery, FMV, and photographic data. The Imagery Analyst shall have previous experience as an Imagery Analyst and understand the capabilities and limitations of multiple platforms and sensors; use of aerial imagery; FMV, Synthetic Aperture Radar (SAR), Ground Moving Target Indicator (GMTI); and other electronic monitoring devices used to collect and analyze information in support of military operations. The Imagery Analyst shall be skilled in the use of imagery analytical tools such as digital map applications and chat room applications to communicate between the sensor operator and the Intelligence Surveillance Reconnaissance (ISR) controller on the ground. The Imagery Analyst shall prepare precise and concise intelligence reports that increase situation awareness of commanders and operators on the ground or controlling units on the ground. The Imagery Analyst shall understand how to analyze and exploit imagery to include visible, infrared, radar, and FMV. The Imagery Analyst shall understand PSDS2 operations, video dissemination, map and geospatial interpretation, network connectivity and other operational functions of the PSDS2's system. The Imagery Analyst shall create intelligence products, video clips/still imagery and, forensic analysis reports as specified by the analyst's local commander.


The Government does not currently have the rights to the technical data package required to support the PSDS2 systems.


Vendor Response Requirements:
All material submitted in response to this RFI must be unclassified. A fifteen (15) page response limitation is recommended. Responses are due fifteen (15) calendar days from date of posting of this RFI. Interested parties possessing the capacity to deliver and sustain sensor system(s) that meet all performance capabilities outlined above are requested to provide a response in electronic format (Microsoft Office 2007 or higher Suite format) describing the approach to meet the objectives established above and should address the following items:


1. Company information: Company Name, Contact Name, Position, Telephone, E-mail, Cage Code, Company URL, Business Size based on the North American Industry Classification System (NAICS) code provided.


2. Capabilities and approach to provide the services identified above.


3. Past and current relevant performance information.


Response Points of Contact:


Send ALL responses to this RFI via email to the point of contacts below, no later than noon on Monday 21 December 2017:


Mr. Robert Lewis, robert.l.lewis459.civ@mail.mil


Mr. William Claybrook, william.d.claybrook.civ@mail.mil


Bill Claybrook, Phone 4438614770, Email william.d.claybrook.civ@mail.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP