Inactive
Notice ID:W911QX19Q0109
Sources Sought Template: (1) Action Code : SOURCES SOUGHT This is a Sources Sought Notice only. This is not a request for proposal, but a survey to locate potential sources. This Sources Sought does n...
Sources Sought Template: (1) Action Code : SOURCES SOUGHT This is a Sources Sought Notice only. This is not a request for proposal, but a survey to locate potential sources. This Sources Sought does not constitute an Invitation for Bids, Request for Proposals, or a Request for Quotations, and is not to be construed as a commitment by the Government to issue an order or otherwise pay for the information solicited, nor is it a guarantee of a forthcoming solicitation or contract. It is for market research purposes only. Respondents will not be notified of the results of the evaluation. The purpose of this Sources Sought Notice is to gain knowledge of interest, capabilities, and qualifications of various members of industry, to include the Small Business Community: Small Business, Section 8(a), Historically Underutilized Business Zones (HUB-Zone), Service-Disabled Veteran-Owned Small Business (SDVOSB), Women-Owned Small Business (WOSB), and Economically Disadvantaged Women-Owned Small Business (EDWOSB). The Government must ensure there is adequate competition among the potential pool of responsible contractors. Small business, Section 8(a), HUBZone, SDVOSB, WOSB, & EDWOSB businesses are highly encouraged to participate. (2) Date : 15 May 2019 (3) Classification Code : AJ (4) NAICS Code: 541330 (5) NAICS Size Standard: $15,000,000.00 (6) Contracting Office Address: 2800 Powder Mill Road Bldg. 601 Adelphi, Maryland 20783 (7) Subject: Sources Sought for Network/Hardware/Software Maintenance and Engineering services for the U.S. Army Research Laboratory's (ARL) Advanced Electronic Warfare Laboratory (AEWL). (8) Proposed Solicitation Number: W911QX19Q0109 (9) Sources Sought Closing Response Date: 22 May 2019 (10) Contact Point: Douglas Dennard, Contract Specialist, douglas.c.dennard.civ@mail.mil (11) A. Objective: To find sources that are qualified to meet the supplies/services as listed in section 11B. Note that the specific requirements in section C are subject to change prior to the release of any solicitation. B. Performance Work Statement C.1 BACKGROUND The Radio Frequency (RF) Electronic Warfare (EW) Branch (FCDD-RLS-RW) within the Sensors and Electron Devices Directorate (SEDD) at the U.S. Army Research Laboratory (ARL) requires network, software, and hardware maintenance and engineering services in support of the Advanced Electronic Warfare Laboratory (AEWL). The AEWL project agreement under Other Transaction Authority (OTA) number NSC-16-0300 is a $12,400,000.00 prototype effort funded by the Office of the Secretary of Defense (OSD). ARL will host the first instantiation of the AEWL, and assess its capability to evaluate a variety of emerging EW prototypes currently under development. If the AEWL proves successful in evaluating these prototypes, replication and/or improvement of the AEWL concept will be possible for other Government organizations to share a common framework, language, and hardware/software configuration for testing and evaluating emerging EW subsystem and system prototypes. Success of the AEWL will also allow the Government to supply the armed forces with appropriate technology that is capable of operating successfully for known lifetimes in the face of both specific adversary threat systems, as well as future, yet to be developed, conceptualized and extrapolated systems and environments. C.2 OBJECTIVE The overall objective of the AEWL initiative is to develop a prototype laboratory that will allow the Government to evaluate the technical feasibility of utilizing the AEWL concept as a replicable framework that may be instantiated at Government Research and Development (R&D) facilities across the nation. The AEWL shall be a laboratory facility containing a variety of RF equipment and accompanying software configured in a manner appropriate to evaluate emerging EW subsystem and system prototypes. This particular configuration of specialized hardware and software does not currently exist anywhere in the Government. The subject effort is required to procure network, software, and hardware maintenance and engineering services in support of the AEWL throughout the Period of Performance (PoP). The required support will include two main categories of services: (1) Maintenance, and (2) Engineering. Maintenance support services include improvements or enhancements to existing features of the AEWL. The required maintenance services are necessary to provide standard network and software support to include technical support, software updates, code modifications and bug fixes for existing AEWL control software, as well as hardware troubleshooting and minor software enhancements. Engineering support services include enhancements and additional features or configuration development in the area of dedicated software development support. C.3 TECHNICAL REQUIREMENTS C.3.1 Maintenance Support Services C.3.1.1 The Contractor shall provide maintenance support services on-site and/or remotely, including bug fixes, software updates, and code modifications for existing AEWL control software, as needed and as prioritized by the Government, to ensure the AEWL remains operable at Original Equipment Manufacturer (OEM) specifications. C.3.1.2 The Contractor shall provide network setup and support capable of connecting Contractor-provided or Government-provided computing resources at the Contractor's facility to a Government-provided closed, restricted network (CRN) on which AEWL hardware resides at ARL. C.3.1.3 The Contractor shall provide additional maintenance services on-site and/or remotely, which include troubleshooting hardware and software issues, technical support, and minor enhancements to existing features and functionality, as necessary and as prioritized by the Government. C.3.2 Engineering Support Services C.3.2.1 The Contractor shall provide engineering support services on-site and/or remotely for involving development of new modules and evaluation scenarios within the AEWL, as necessary and as prioritized by the Government. Examples of scenario building may include creation of EW scenarios using third party equipment, and development of new digital signal processing (DSP) blocks. C.3.2.2 The Contractor shall provide engineering support services on-site and/or remotely to develop new features or significantly enhance existing features, including as examples, built-in tests, calibration, synchronization, logging, and automated test scripting, as necessary and as prioritized by the Government. C.4 SECURITY REQUIREMENTS C.4.1 Personnel All Contractor employees supporting this contract shall be U.S. citizens. Contractor personnel shall be required to obtain and maintain security badges and adhere to the installation security requirements. All Contractor employees working on site at ARL shall require Top Secret clearances with access to sensitive compartmented information (SCI), acceptable T1 background investigations and NCIC III prior to starting work. C.4.2 Facility Security Clearance The Contractor shall have a facility security clearance at the Top Secret level in accordance with the DD254. C.4.3 Handling of Classified/Sensitive Information: The performance of this requirement requires access to classified information. The Contractor shall handle all classified and sensitive information in accordance with the DD254. C.4.4 Physical Security The Contractor shall be responsible for safeguarding all government equipment, information and property provided for contractor use. At the close of each work day, government facilities, equipment, and materials shall be secured in accordance with the DD254. C.5 GOVERNMENT FURNISHED EQUIPMENT (GFE) / GOVERNMENT FURNISHED INFORMATION (GFI) / GOVERNMENT FURNISHED PROPERTY (GFP) / OTHER GOVERNMENT FURNISHED MATERIALS C.5.1. GFE The Government will provide the Contractor with access to the existing systems and development software and hardware to facilitate performance of this contract. C.5.2 GFI The Government will provide the Contractor with access to the existing systems, development software and hardware, and common architecture, in order to facilitate performance of this contract. C.5.4 GFP The Government may provide off-site GFP including computers for off-site Contractors working at the Contractor facility. Coordination for all off-site equipment will be the responsibility of the Contracting Officer's Representative (COR). For this contract, the Government will provide the Contractor access to GFP computers in accordance with the signed/approved GFP document in the contract file. C.5.3 Government Furnished On-Site Facilities Materials Any Contractor working at a Government owned and operated work-site shall adhere to all standard operating practices and procedures in place at that particular facility. The Government may provide workspace, furnishings, and equipment including office automation (e.g. computers, printers) and telephones for on-site Contractors. The COR will provide the coordination for space, furnishings, and equipment needed for this contract. C.6 DELIVERABLES C.6.1 The Contractor shall submit all PWS deliverables to the COR for inspection and acceptance. Unless otherwise stated in this PWS, the Contractor shall use best commercial formats, standards and practices for deliverables. C.6.2 The below table summarizes the technical deliverables as required by this PWS. Deliverable PWS Reference Due Date Monthly Status Report C.6.3 NLT the 10th day of each month after contract award Feature Documentation C.6.4 As required C.6.3 Monthly Status Report The Contractor shall provide monthly status reports summarizing all network, software, and hardware issues encountered and addressed or backlogged. The Contractor shall deliver the monthly report to the COR on the tenth (10th) day of each month. C.6.4 Feature Documentation The Contractor shall provide documentation (standalone or revisions to existing documentation) detailing any significant changes to AEWL features, operation, or software. C.7 CONTRACTOR MANPOWER REPORTING C.7.1 ACCOUNTING FOR CONTRACT SERVICES REQUIREMENT - ENTERPRISE-WIDE CONTRACTOR MANPOWER REPORTING APPLICATION (CMRA) The contractor shall report ALL contractor labor hours (including subcontractor labor hours) required for performance of services provided under this contract for the Department of the Army via a secure data collection site. The contractor is required to completely fill in all required data fields using the following web address: http://www.ecmra.mil/. Reporting inputs will be for the labor executed during the period of performance during each Government fiscal year (FY), which runs October 1 through September 30. While inputs may be reported any time during the FY, all data shall be reported no later than October 31 of each calendar year, beginning with 2013. Contractors may direct questions to the help desk by clicking on "Send an email" which is located under the Help Resources ribbon on the right side of the login page. C.8 DISTRIBUTION STATEMENT C.8.1 Determination of Contract submission documents and information generated from the performance of the contract: Distribution Statement C: Distribution authorized to U.S. Government Agencies and their contractor in order to protect information not owned by the U.S. Government and protected by a contractor's "limited rights" statement, or received with the understanding that it not be routinely transmitted outside the U.S. Government. Other reasons for this document shall be referred to the ARL, ATTN: FCDD-RLS-RW, Charles Dietlein, Building 204, Adelphi Laboratory Center (ALC), 20783-1138. C.9 ANTI-TERRORISM/OPERATIONAL SECURITY (AT/OPSEC) C.9.1 AT Level I Training. This standard language is for contractor employees with an area of performance within an Army controlled installation, facility, or area. All contractor employees, to include sub-contractor employees, requiring access to Army installations, facilities and controlled access areas shall complete AT Level I awareness training within 30 calendar days after contract start date or effective date of incorporation of this requirement into the contract, whichever is applicable. The contractor shall submit certificates of completion for each affected contractor employee and subcontractor employee, to the COR or to the contracting officer, if a COR is not assigned, within seven (7) calendar days after completion of training by all employees and subcontractor personnel. AT Level I awareness training is available at the following website: http://jko.jten.mil. C.9.2 Access and general protection/security policy and procedures. This standard language is for contractor employees with an area of performance within Army controlled installation, facility, or area. Contractor and all associated sub-contractors employees shall provide all information required for background checks to meet installation access requirements to be accomplished by installation Provost Marshal Office, Director of Emergency Services or Security Office. Contractor workforce must comply with all personal identity verification requirements (FAR clause 52.204.9, Personal Identify Verification of Contractor Personnel) as directed by DoD, HODA and/or local policy. In addition to the changes otherwise authorized by the changes clause of this contract, should the Force Protection Condition (FPCON) at any individual facility or installation change, the Government may require changes in contractor security matters or processes. C.9.3 For contractors requiring Common Access Card (CAC). Before CAC issuance, the contractor employee requires, at a minimum, a favorably adjudicated National Agency Check with Inquiries (NACI) or an equivalent or higher investigation in accordance with Army Directive 2014-05. The contractor employee will be issued a CAC ONLY if duties involve one of the following: (1) Both physical access to a DoD facility and access, via logon, to DoD networks on-site or remotely; (2) Remove access, via logon, to a DoD network using DoD-approved remote access procedures; or (3) Physical access to multiple DoD facilities or multiple non-DoD federally controlled facilities on behalf of the DoD on a recurring basis for a period of 6 months or more. At the discretion of the sponsoring activity, an initial CAC may be issued based on a favorable review of the FBI fingerprint check and a successfully NACI at the Office of Personnel Management. C.9.4 iWATCH Training. This standard language is for contractor employees with an area of performance within an Army controlled installation, facility or area. The contractor and all associated sub-contractors shall brief all employees on the local iWATCH program (training standards provided by the requiring activity (ATO). This local developed training will be used to inform employees of the types of behavior to watch for and instruct employees to report suspicious activity to the COR. The training shall be completed within 30 calendar days of contract award and within 30 calendar days of new employees commencing performance with the results reported to the COR NLT 45 calendar days after contract award. C.9.5 Army Training Certification Tracking System (ATCTS) registration for contractor employees who require access to Government information systems. All contractor employees with access to a Government information system must be registered in the ATCTS at commencement of services, and must successfully complete DD Information Assurance Awareness prior to access to the IS and then annually thereafter. C.9.6 For contract that require OPSEC Training. Per AR 530-1 Operations Security, the contractor employees must complete Level I OPSEC Awareness training. New employees must be trained within 30 calendar days of their reporting for duty and annually thereafter. C.9.7 For Information Assurance (IA)/lnformation Technology (IT) Training. All contractor employees and associated sub-contractor employees must complete the DoD IA awareness training before issuance of network access and annually thereafter. All contractor employees working IA/IT functions must comply with DoD and Army training requirements in DoDD 8570.01, DoD 8570.01-M and AR 25-2 within 6 months of appointment to IA/IT functions. C.9.8 For contracts that require handling or access to Classified Information. Contract shall comply with FAR 52.204-2, Security Requirements. This clause involves access to information classified "Confidential," "Secret," "Top Secret" and requires contractors to comply with, (1) The Security Agreement (DD Form 441), including the National Industrial Security Program Operating Manual (DoD 5220.22-M); (2) any revisions to DoD 5220.22-M, notice of which has been furnished to the contractor. C.9.9 For all contractors with security clearances. Per AR ?81-12, para 2-4b; Threat Awareness and Reporting Program (TARP), contractor employees must receive annual TARP training by a Cl agent or other qualified trainer as specified in 2-4b. Please see below information for making report. iSALUTE: https://www.inscom.army.mil/isalute iWATCH: https://www·.myarmyonesource.com Spy Hotline: 1-800-CALL-SPY C.10 NON-PERSONAL SERVICES C.10.1 ARL/ALC/GARRISON NON-PERSONAL SERVICES The contractor, as an independent contractor and not as an agent of the Government, shall provide the necessary resources (except those furnished by the Government) to accomplish tasks of the type set forth in the Performance Work Statement. Contractor employees performing services under this contract shall be controlled, directed and supervised at all times by management personnel of the contractor. The contractor's management shall ensure that employees properly comply with the performance standards outlined in this Performance Work Statement and as required by the contracting officer or the contracting officer's representative (COR). Contractor employees shall perform independent of and without the supervision of any Government official. Actions of contractor employees may not be interpreted or implemented in any manner that results in any contractor employee creating or modifying Federal policy, obligating the appropriated funds of the U.S. Government, overseeing the work of Federal employees, providing direct personal services to any Federal employee or otherwise violating the prohibitions set forth in Parts 7.5 and 37.1 of the Federal Acquisition Regulation (FAR). The Government shall control access to the facility and shall perform the inspection and acceptance of completed work and tasks. C. Responses: All interested parties should notify this office in writing, mail, fax, or e-mail within the posted date. Responses shall include: •(I) To what extent each of the specifications can be met. •(II) Include your type of business (i.e. commercial, academia), whether your organization is classified as a large or small business based on the $15,000,000.00 dollar standard that accompanies NAICS code 541330. If a small business, you must also list any small disadvantaged status you hold [HUBZone, 8(a), Service Disabled Veteran Owned Small Business (SDVOSB), Women Owned Small Business (WOSB), Economically Disadvantaged Women-Owned Small Business (EDWOSB), etc.]. •(III) Past experience/ performance through the description of completed projects. (12) Responses to this sources sought are due no later than 11:59AM eastern standard time 22 May 2019. Submissions should be emailed to Contract Specialist Douglas Dennard at douglas.c.dennard.civ@mail.mil and Alex Gilliam at alex.p.gilliam.ctr@mail.mil 301-394-1203. Please be advised that .zip and .exe files cannot be accepted. Questions concerning this sources sought may be directed to Contract Specialist Douglas Dennard at douglas.c.dennard.civ@mail.mil and Alex Gilliam at alex.p.gilliam.ctr@mail.mil 301-394-1203. (13) Place of Contract Performance: U.S. Army Research Laboratory (ARL) Adelphi Laboratory Center (ALC) 2800 Powder Mill Road Adelphi, MD 20783-1138 (14) Estimated Period of Performance: 01 July 2019 to 30 June 2020