The RFP Database
New business relationships start here

The Joint Land Attack Cruise Missile Defense Elevated Netted Sensor System (JLENS) services


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

Request for Information
Cruise Missile Defense Systems (CMDS) Project Office
Joint Land Attack Cruise Missile Defense Elevated Netted Sensor
System (JLENS) Product Office

The CMDS Project Office is conducting market research to determine if there are potential sources with the capability to provide radar, communications systems, aerostat, and logistics mission support services at sites within the Continental United States (CONUS) sufficient to operate and maintain a JLENS Orbit in support of mission operations. In accordance with Federal Acquisition Regulation 15.201 (e), responses to this notice are not an offer and cannot be accepted by the Government to form a binding contract. No contract award is intended as a result of this request. The Government will not pay for information received. The Government Point of Contact (POC) will be Alisha King, CCAM-SM-T, Redstone Arsenal, AL 35898, 256-955-6155.

Per FAR 52.215-3, Request for Information or Solicitation for Planning Purposes:

(a) The Government does not intend to award a contract on the basis of this RFI or to otherwise pay for the information solicited except as an allowable cost under other contracts as provided in subsection 31.205-18, bid and proposal costs, of the Federal Acquisition Regulation.

(b) Although quote mark proposal quote mark and quote mark offer or quote mark are used in this RFI, your response will be treated as information only. It shall not be used as a proposal.
(c) This RFI is for planning and market research purposes only and should not be considered as a request for proposals or as a solicitation to do business with the Government.
The contractor shall provide technical support, systems engineering functions, that include software engineering/support, integration and product engineering required for resolution of problems encountered. The contractor shall provide support for special studies and investigations; initiation of design changes; reports and test support; support of system test; integration and troubleshooting to include data acquisition and analysis. The contractor shall ensure that the design and fabrication of hardware/software or material necessary to support such activities are among the support included.
The contractor's tasks shall include reliability assessments, failure analysis, support and collection of test data and review of proposed changes to technical documentation for incorporation of quality and reliability factors.
The contractor shall perform logistics functions, including maintenance support, readiness reporting data, system repairs, availability management, Packaging, Handling, Storage, and Transportation (PHS&T), training and system deployment to include emplacement and displacement of JLENS systems and/or orbits.

JLENS MISSION
The mission of the JLENS is to provide elevated, persistent, Over-The-Horizon (OTH) surveillance and fire control quality data on Army and Joint networks enabling protection of the United States, Allied and Coalition forces, as well as critical geo-political assets from Cruise Missiles and Aircraft, Unmanned Aerial Vehicles (UAVs), Tactical Ballistic Missiles (TBMs), Large Caliber Rockets (LCRs), and Surface Moving Targets (SMTs).

JLENS OVERVIEW
JLENS is a critical part of the Army's future Integrated Air and Missile Defense (IAMD) architecture and is a Joint Service interest program. A JLENS quote mark Orbit quote mark is comprised of two systems: a Fire Control Radar system (FCS) and a Surveillance Radar system (SuS). Each system is comprised of a 74-meter (74M) tethered aerostat with its mobile mooring station (MMS), a Communication and Processing Group (CPG), and associated ground support equipment (GSE). In addition to the components common to both systems cited above, a Surveillance Radar (SuR) is integrated into the SuS and a Fire Control Radar (FCR) is integrated into the FCS. The JLENS mission is achieved by both the SuS and FCS systems operating as an orbit; however, each system can operate autonomously and contribute to supporting the JLENS mission.
The government requires the contractor to support Soldier-led operations, to include aerostat inflation and launch, flight operations, and recovery as necessary, as well as provide all required maintenance and sustainment activities, to include sustainment training in support of the deployed Orbit. The government requires a team of Field Service Representatives (FSRs) with expertise in the areas of radar and communication system operation sustainment and repair; power generation and distribution; aerostat operation, sustainment and repair; mechanical and electrical maintenance and repair; physical security; and site sustainment and maintenance. Contractor employees shall be required to have Secret security clearances.
The contractor will be responsible for the safe, efficient and compliant operation and maintenance of the JLENS systems and sites, to include responsibility for:
    Executing and managing the unpacking, emplacement, installation, and check out of the systems on prepared sites.
    Execution of all JLENS pre-launch, launch, on station operations and recovery operations
    Conducting safe and successful flight operation and performing all flight duties.
    Compliance with all Quality Assurance (QA) requirements, all maintenance records, procedures, log books, audits and configuration data
    Site compliance with all applicable safety requirements by monitoring site operations and providing situational awareness
    Oversight and upkeep of site Information Technology (IT) systems
    All contractor security and Information Assurance (IA) requirements as well as COMSEC custodial responsibilities
    Quickly and effectively analyzing and resolving failures to return the systems to operational capability
     Responding rapidly to emergency situations
    Providing support equipment operators, including certified crane operators, licensed forklift drivers, certified flaggers, licensed mobile man lift drivers, and licensed M915 and M916 operators.
    Conducting attrition and refresher training with government furnished training materials.

RESPONSE INSTRUCTIONS
Part A. Business Information:
Please provide the following information for your company/institution and for any teaming or joint venture partners:
1.    Company/Institute name
2.    Address
3.    Point of Contact
4.    Cage Code
5.    DUNS Number
6.    Phone Number
7.    E-mail Address
8.    Web page URL
9.    Size of business pursuant to North American Industry Classification System (NAICS) Code 611512. Based on the above NAICS Code, state whether your company qualifies as a:
a.    Small Business (Yes/No)
b.    Woman Owned Small Business (Yes/No)
c.    Small Disadvantaged Business (Yes/No)
d.    8(a) Certified (Yes/No)
e.    HUB Zone Certified (Yes/No)
f.    Veteran Owned Small Business (Yes/No)
g.    Service Disabled Small Business (Yes/No)
h.    Central Contractor Registration (Yes/No)
i.    Statement describing company as domestically or foreign owned (if foreign owned, please indicate country of ownership).




Part B. Capability:
1. Describe briefly the capabilities of your company and the nature of the goods and/or services you provide. Include a description of your staff composition and management structure.
2. Describe your company's past experience (no more than five examples) on previous projects similar in complexity to this requirement. Include contract numbers, a brief description of the work performed, period of performance, agency/organization supported, and individual points of contact (Contracting Officer or Program Manager).
3. What experience do you have planning and executing the deployment and sustainment of weapons and other defense-related systems? What experience do you have specifically with radar systems and/or lighter-than-air systems?
4. Describe your experience of site activation/startup for emplacing and beginning operations at a new site.
5. Describe your company's experience at working in support of military personnel and collaboratively with another prime contractor.
6. Describe your experience with Information Assurance and associated documentation. Describe your company's capabilities for generating, handling, updating, processing, and storing classified material and data.
7. Describe your company's capabilities and experiences in the deployment and support of complex weapons systems at multiple locations at the same time.
8. Describe the top five risks you foresee in executing an effort of this scope. What steps would you likely take to mitigate the risks?
9. If you were to rely on subcontractors for this effort, what subcontractors would you use to do what percentage of which portions? What are their experiences and do you already have a relationship with the subcontractor(s)?
10. Describe your company's approach and capabilities in obtaining and retaining qualified and experienced personnel. How soon could your company secure qualified personnel?
11. Describe your company's experience in classroom instruction and simulator instruction. Describe the top five risks your company's perception in the execution classroom instruction and simulator instruction.
12. Describe your process for maintaining inventory records and reporting on hand/in work balances and repair status to your customer.

Part C. Financial Capability:
1. Describe your financial capabilities to successfully perform this contract.
2. Describe any other relevant topics, concerns, and information that will help the Government in forming an acquisition strategy.

SUBMISSION INSTRUCTIONS:
Respondents should indicate which portions of their responses are proprietary and should mark them accordingly. Marketing material is considered an insufficient response to this RFI. Please limit responses to no more than 20 pages. Formal written responses to RFI by hardcopy or via email (no facsimiles please) must be received no later than close of business Thursday, 9 April 15. Please mail two (2) copies of your response to: Army Contracting Command, ATTN: Alisha King, Redstone Arsenal CCAM-SM-T, Building 5250, 3rd Floor, Rm A300, Redstone Arsenal, AL 35898-5000, or to the following e-mail address: Alisha.r.king.civ@mail.mil. Response must include: Company name, Commercial and Government Entity (CAGE) code, classified mailing address, and appropriate point of contact information.


Alisha King, 256-955-6155

ACC-RSA - (Missile)

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP