AN/TMQ-53 Tactical Meteorological Observing System (TMOS) Sustainment Effort
SOURCES SOUGHT SYNOPSIS AN/TMQ-53 Tactical Meteorological Observing System (TMOS) Sustainment Effort Solicitation No. FA8730-19-R-0011 The Air Force Materiel Command, Air Force Life Cycle Management C... SOURCES SOUGHT SYNOPSIS AN/TMQ-53 Tactical Meteorological Observing System (TMOS) Sustainment Effort Solicitation No. FA8730-19-R-0011 The Air Force Materiel Command, Air Force Life Cycle Management Center, Battle Management Directorate, Aerospace Management Systems Division, Weather Systems Branch AFLCMC/HBAW, Hanscom AFB, MA is issuing a Sources Sought Synopsis to identify companies that have the capabilities to provide TMQ-53 Systems. This is a Sources Sought Synopsis requesting information only and does not constitute an Invitation for Bids (IFB), a Request for Quote (RFQ), or a Request for Proposal (RFP). It should not be construed as a commitment of any kind by the Government to issue a formal solicitation or ultimately award a contract in connection with this announcement. This Sources Sought is to assist with Market Research to determine if responsible sources exist and to determine if this effort can be competitive and/ or a total small business set aside. The Government is interested in all small businesses to include 8(a), Service-Disable Veteran-Owned, Hubzone, and Women Owned Small Business concerns. Any information submitted by respondents to this synopsis is strictly voluntary. The Government will not pay for any information that is submitted by respondents to this Sources Sought Synopsis. The Government requests interested parties submit a statement of their qualifications with respect to the criteria described herein. To the maximum extent possible, please submit non-proprietary information. Any proprietary information submitted should be identified as such and will be properly protected from disclosure. No classified information shall be submitted. Any response submitted by respondents to this synopsis constitutes consent for that submission to be reviewed by Government personnel, Federally Funded Research and Development Center employees, and Advisory & Assistance Services contractor employees supporting the Weather Systems Branch, AFLCMC/HBAW, unless the respondent clearly objects in writing to the release of the submission to Federally Funded Research and Development Contractor employees and Advisory & Assistance Services Contractor employees supporting the Weather Systems Branch, AFLCMC/HBAW, in a cover letter accompanying its capabilities package. The proposed North American Industrial Classification System (NAICS) Code for the overall program is 541990, size standard $15M. We are seeking and are open to all types of small business participation. Please state if your company is a small business, small disadvantaged business, section 8(a) small business, woman-owned small business, service disabled veteran-owned small business or historically underutilized business zone small business under this NAICS code and size standard. The place of performance shall be at the contractor facility. CAPABILITIES PACKAGE REQUIREMENTS AN/TMQ-53 Tactical Meteorological Observing System (TMOS) Sustainment Effort •1. The TMQ-53 is a complete system of modular, scalable sensors, which measures: surface pressure, wind speed and direction, temperature, dew point, relative humidity, liquid precipitation, cloud base height/amount/vertical visibility, surface visibility, present weather, precipitation, and lightning detection. •2. The AN/TMQ-53 is a deployable system that is currently located in more than 20 countries. The systems are deployed into combat zones, forward operating locations, and remote locations, and moved to new locations and/or countries when the need arises. Systems located OCONUS require spares deliveries within 4 business days from the time the requirement is identified. The awardee will be required to be familiar with all necessary customs and State Department directives, policies, and procedures to prevent delays in shipments to and from Outside Continental United States (OCONUS) sites. In addition, the awardee must possess an in-depth understanding of transmitting observations through the Iridium gateway in order to assist the warfighter community in the tactical employment of the system. •3. Industry Standard Organization (ISO) 9001:2008 certification and a Software Engineering Institute (SEI) Capability Maturity Model Integration (CMMI) Level 3 rating have historically been required to ensure that the CLS contractor has a quality program that can prevent defects in both hardware and software from being fielded, and if defects are identified, it has processes in place to identify the source of the defect and correct it quickly. In addition, the Government requires a contractor that has sound practices for planning and managing work, ensuring the infrastructure that supports those practices, and that can positively provide consistent, standardized results. •4. These weather systems support combat resupply, emergency evacuations, reconnaissance and surveillance, troop deployments, resource protection and close air support operations for the USAF, other DoD elements, and Government agencies operating overseas. The contractor help-desk and technical support resolve field issues from around the world daily, minimizing outages. Any degradation of CLS services will jeopardize flight safety and resource protection since centralized and decentralized weather forces will be unable to provide timely and accurate observations and forecasts in data sparse regions. Scope 1. Contractor Logistics Support (CLS) services for the AN/TMQ-53 TMOS. The scope of this effort includes a broad range of performance-based logistics, including Program Management, Logistics Support (through helpdesk services and worldwide shipping of spares), Depot Maintenance and Repair, Systems Engineering, Software Maintenance and Information Assurance (IA), Technical Manual development and maintenance, Government Furnished Property (GFP) Management, new system purchases, and Contract Data Requirements List (CDRL) deliverables. The requirement also includes system design changes, upgrades, and enhancements due to technical refresh of component capability, obsolescence, and diminishing sources. There are currently 343 AN/TMQ-53 operational systems worldwide. The Government anticipates that the number of operational systems to stay the same prior to contract award. INSTRUCTIONS FOR RESPONDING TO THE SOURCES SOUGHT AN/TMQ-53 Tactical Meteorological Observing System (TMOS) Sustainment Effort The Government requests interested parties to submit a brief statement of current capability to perform these services and a letter of interest. Interested and qualified sources should provide the following information: I. BUSINESS INFORMATION a. Company/Institute Name b. Commercial and Government entity (CAGE) Code: c. Company Point of Contact i. Name ii. Telephone # iii. Email address d. Physical Address: e. Web Page URL: f. Provide your company's North American Industry Classification (NAICS) Code: g. Please state whether your company is: Small Business (Yes / No) Woman Owned Small Business (Yes / No) Small Disadvantaged Business (Yes / No) 8(a) Certified (Yes / No) HUBZone Certified (Yes / No) Veteran Owned Small Business (Yes / No) Service Disabled Small Business (Yes / No) h. Is your company domestically or foreign owned (if foreign, please indicate the country of ownership)? V. GENERAL CAPABILITY QUESTIONS a. Describe in detail any experience your company has with the following: i. Use and/or operation of an Automated Weather Observation System (fixed or tactical)? ii. Design, development, or integration of an Automated Weather Observation System (fixed or tactical)? iii. Logistics support of an Automated Weather Observation System (fixed or tactical), including helpdesk management, spares and repair management, software and hardware integration, failure reporting and analysis, obsolescence forecasting, engineering and technical support, technical manuals, and training. iv. Information Assurance: DoD Information Assurance Certification and Accreditation Process (DIACAP) documentation and tools, Host-Based Security System (HBSS), Air Force Standard Desktop Configuration (SDC), and Time Compliance Network Order (TCNO)/Information Assurance Vulnerability Alert (IAVA) evaluation/application? v. List of your most recent (within 3 years) and relevant DoD or commercial contracts (not to exceed five) a. Include brief description that demonstrates competence in performing maintenance and repair tasks listed for this requirement b. Point of Contact (POC) Name, Telephone #, and email address c. Contract Value d. Type of contract e. Period of Performance b. Describe in detail any experience your company has supporting an Automated Weather Observation System (fixed or tactical) in which you were not the Original Equipment Manufacturer (OEM)? If so, please provide detailed information, including how you interfaced with the OEM(s). c. Describe any industry certifications that your company presently holds, including Industry Standard Organization (ISO) 9001:2008, Software Engineering Institute (SEI) Capability Maturity Model Integration (CMMI), or any others. VI. FORMAT •1. Interested parties must submit a capabilities package, with a cover letter, that is concise, yet clearly demonstrates ability to meet the stated requirements. The capabilities package shall clearly present evidence that the interested party is fully capable of providing the required service, and as such may contain any information that the interested party feels is relevant. •2. Responses shall not exceed 5 single-spaced pages, 12 point Times New Roman font typed with at least 1" margins. Each page of your package shall be printable on 8 ½" x 11" paper. Cover, tab dividers, title pages, glossaries, and table of contents are not required. Delivery of a Compact Disc (CD) is acceptable. Please note: emails containing file types such as: .zip, .xlsx, .docx, or other macro-enabled extensions may not be delivered to the intended recipients. •3. Additional relevant information shall be provided as an attachment and shall not exceed two single-spaced pages, 12 point Times New Roman font typed with at least 1" margins. Each page of the attachment shall be printable on 8 ½" x 11" paper. Delivery of a Compact Disc (CD) is acceptable. Please note: emails containing file types such as: .zip, .xlsx, .docx, or other macro-enabled extensions may not be delivered to the intended recipients. •4. If further information/clarification is needed, please contact Kathleen Hines, Contracting Specialist, at DSN 845-5440, Commercial (781) 225-5440, kathleen.hines.1@us.af.mil or as alternate POC, Tyler LeBlanc, Contracting Officer, at DSN 845-5078, Commercial (781) 225-5078, tyler.leblanc@us.af.mil •5. Responses are to be mailed to AFLCMC/HBAK, Attention: Tyler LeBlanc, Contracting Officer, at DSN 845-5078, Commercial (781) 225-5078, tyler.leblanc@us.af.mil, received no later than 11 February 2019, 3:00 p.m. EDT DISCLAIMER AND NOTICE This is a Sources Sought Synopsis only and does not constitute a commitment, implied or otherwise, that AFLCMC/HBAW will take procurement action in this matter. This is NOT a request for proposals, applications, proposal abstracts, or quotations. This request for capability information shall not be construed as an obligation on the part of the Government. Further, the Government will NOT be responsible to reimburse any submitters of information for any cost incurred in furnishing this information. The Government reserves the right to use information provided by respondents for any purpose deemed necessary and legally appropriate. Any organization responding to this notice should ensure that its response is complete and sufficiently detailed. Information provided will be used to assess tradeoffs and alternatives available for the potential requirement and may lead to the development of a solicitation. Respondents are advised that the Government is under no obligation to provide feedback to respondents with respect to any information submitted.
Links ()
Attachments ()
Data sourced from SAM.gov.
View Official Posting »