AFCENT Joint Range Extender

expired opportunity(Expired)
From: Federal Government(Federal)
FA4890-23-AA01

Basic Details

started - 14 Nov, 2022 (17 months ago)

Start Date

14 Nov, 2022 (17 months ago)
due - 16 Dec, 2023 (4 months ago)

Due Date

16 Dec, 2023 (4 months ago)
Bid Notification

Type

Bid Notification
FA4890-23-AA01

Identifier

FA4890-23-AA01
DEPT OF DEFENSE

Customer / Agency

DEPT OF DEFENSE (709065)DEPT OF THE AIR FORCE (60451)ACC (74992)AMIC (555)FA4890 HQ ACC AMIC (328)

Attachments (1)

unlockUnlock the best of InstantMarkets.

Please Sign In to see more out of InstantMarkets such as history, intelligent business alerts and many more.

Don't have an account yet? Create a free account now.

This Request for Information (RFI) is being utilized for market research purposes in accordance with Federal Acquisition Regulation (FAR) 15.201(e). This is not a Request for Proposal (RFP). Responses to this RFI are not offers or proposals and cannot be accepted by the Government to form a binding contract.The Government is conducting market research to identify potential sources that possess the technical data, expertise, capabilities, and experience to meet qualification requirements to provide Contractor Logistics Support (CLS) for the Joint Range Extension (JRE)/Joint Range Extension Gateway (JRE-GW)/Joint Range Extension Tactical Equipment Package (JTEP) per below.DescriptionNSNP/NTransportable JTEP5895-01-545-893450000-1Fixed JTEP5895-01-545-295050200-XXJRE-GW5895-01-610-063030500-2-XXJRE 3G Servers, Semi Rugged Server 7UNot Stock listed30502-2, 30502-3Required CLS support services include, but are not limited to, 24/7 help desk support, software licenses/maintenance/updates,
hardware/software system fault isolation, return material authorization assistance, repair services, information assurance support, logistics support, field support, and other support directed by the Government. The minimum facility clearance level required is Secret. The Government has determined that this system is a non-commercial item. Repair Maintenance Code/Repair Maintenance Suffix Code (RMC/RMSC) for these items is R3/B. Repair, for the second or subsequent time, is directly from the actual manufacturer.  Suitable technical data, Government data rights, or manufacturing knowledge is not available to permit repair by other sources. The only qualified manufacturer and repair source for these specific NSNs, Science Application International Corporation (SAIC). CAGE 60595, retains the data rights to these items.Science Application International Corporation (SAIC)12010 Sunset Hills RoadReston, VA 20190Phone: (928) 744-0092CAGE Code: 60595The contractor shall furnish all facilities, material, support equipment, tools, test equipment, products, and services. The contractor is responsible for providing, maintaining, and calibrating all support equipment required at their facility or a subcontractor’s facility.  Contractor furnished material or parts used for replacement shall equal or exceed the quality of the original material or parts.Contractors responding to this market research are placed on notice that participation in this survey may not ensure participation in future solicitations or contract awards. The Government will not reimburse participants for any expenses associated with their participation in this survey.52.215-3 -- Request for Information or Solicitation for Planning Purposes.As prescribed in 15.209(c), insert the following provision:Request for Information or Solicitation for Planning Purposes (Oct 1997)(a) The Government does not intend to award a contract on the basis of this solicitation 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 “proposal” and “offeror” are used in this Request for Information, your response will be treated as information only. It shall not be used as a proposal.(c) This solicitation is issued for the purpose of: Informational purposes only.INSTRUCTIONS:The document(s) below contains a description of the JRE/JRE-GW/JTEP requirement and a Contractor Capability Survey. The Survey allows Contractors to provide their company’s capability.If, after reviewing these documents, you desire to participate in the market research, you should provide documentation that supports your company’s capability in meeting these requirements. Failure to provide documentation may result in the government being unable to adequately assess your capabilities. If you lack sufficient experience in a particular area, please provide details explaining how you would overcome the lack of experience/capabilities to perform that portion of the requirement (i.e., teaming, subcontracting, etc.). Identify any areas of work that your organization believes should be broken out exclusively for Small Business.3. Both large and small businesses are encouraged to participate in this Market Research. Joint ventures or teaming arrangements are encouraged.4. Questions relative to this market survey should be addressed to the PCO.HQ ACC AMIC/PKFAAttn: Procurement Contracting Officer (PCO)[name][email]As prescribed in 15.209(c), the Government does not intend to award a contract on the basis of this solicitation 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.Although “proposal” and “offeror” are used in this Request for Information, your response will be treated as information only. It shall not be used as a proposal.Joint Range Extension (JRE)/Joint Range Extension Gateway (JRE-GW)/Joint Range Extension Tactical Equipment Package (JTEP)PURPOSE/DESCRIPTIONThe Government is conducting market research to identify potential sources that possess the technical data, expertise, capabilities, and experience to meet qualification requirements to provide Contractor Logistics Support (CLS), including 24/7 help desk support, software licenses/maintenance/updates, hardware and software system fault isolation, return material authorization assistance, repair services, logistics,  information assurance, field support, and other support directed by the Government for the JRE/JRE-GW/JTEP system: DescriptionNSNP/NTransportable JTEP5895-01-545-893450000-1Fixed JTEP5895-01-545-295050200-XXJRE-GW5895-01-610-063030500-2-XXJRE 3G Servers, Semi Rugged Server 7UNot Stock listed30502-2, 30502-3The Government’s need for CLS is required to support both current and future military operations. JRE is the software used on the computer servers utilized in the JRE-GW and JTEP systems. JRE interfaces and routes Link-16 messages between different variants of Joint Tactical information Distribution System (JTIDS) terminals and long-haul media such as IP networks, STU/STE, Situational Awareness Data Link (SADL), and SATCOM links. The current fielded configuration is JRE V7.0.0.4.  This software is licensed as commercial computer software, as such term is defined in 48 C.F.R. §2.101, licensed by the licensor as a commercial item. There are approximately 800 JRE systems fielded worldwide to include the JRE-GWs, the JTEPs, and JRE software loaded in other configurations, such as laptop computers, in support of the United States Air Force. There are 200 of the 800 JRE systems worldwide in specific configurations supported under an Air Force Life Cycle Management Center (AFLCMC) contract at Robins AFB, GA. HQ ACC AMIC is seeking external sources for CLS for the 24 to 30 JRE/JRE-GW/JTEP systems fielded at 609 ACOMS, Shaw AFB, SC and 609 EACOMS, Al Udeid AB, Qatar, which will not covered under the AFLCMC contract. Our strategy is to award a five-year contract, a base year plus four option years (27 May 2023 through 26 May 2028). The JRE-GW is a communications router that provides the capability to pass timely secure Link- 16/Tactical Data Link-J series messages (TADIL-J) data via long haul means beyond line-of-sight (BLOS).The Control and Reporting Center (CRC) Transportable JTEP is a system that incorporates a JRE Gateway as well as a SADL and PRC-117 radio to provide capability to translate between Link-16 and SADL networks and transmit SADL/Link-16 messages beyond line-of-sight. The Transportable JTEP equipment is designed to interface with a CRC JTIDS Modular Van or perform operations in a stand-alone mode. Currently Transportable JTEPs are in operation, both in CONUS and OCONUS.The North American Aerospace Defense Command (NORAD) Fixed JTEP is a system that incorporates a JRE Gateway as well as a SADL radio to provide capability to translate between Link-16 and SADL networks as well as transmit SADL/Link-16 messages beyond line-of-sight. Fixed JTEPS provide NORAD Air National Guard Air Defense Fighter Interceptor Wings with the capability to communicate with their SADL equipped F-16s and to route that information to the Air Defense Sectors (ADS). It also provides a digital means for the ADSs to provide situational awareness data and to task fighters. Currently fixed JTEPs are in operation in CONUS.Science Application International Corporation (SAIC) is currently the prime contractor for the logistic support of the JRE/JRE-GW/JTEP. Science Application International Corporation (SAIC) owns the technical data required to remanufacture, produce spares, and repair the system. Parties expressing interest in this requirement must have the capability to access pertinent technical data needed for repairs, technical support, and contract program management. Interested parties must also be able to provide logistic support including but not limited to repair and parts service for the JRE/JRE-GW/JTEP and return to Government (or designated inventory) in serviceable condition that meets or exceeds the manufacturer specification.CONTRACTOR CAPABILITY SURVEYTransportable JTEP, 5895-01-545-8934, 50000-1, Fixed JTEP, 5895-01-545-2950, 50200-XX, JRE-GW, 5895-01- 610-0630, 30500-2-XX, JRE 3G Servers, Semi Rugged Server Not Stock listed, 30502-2, 30502-3, JRE 1500 Server, Not Stock listed, 19260-2, JRE 2500 Server, Not Stock listed, 19182-2Part I.  Company InformationPlease provide the following business information for your company/institution and for any teaming or joint venture partners:Company/Institute Name:Address:Point of Contact:CAGE Code:Phone Number:E-mail Address:Web Page URL:Size of business pursuant to North American Industry Classification System (NAICS) Code: Recommend using NAICS: 541512 – Computer Systems, Design SystemsBased on the above NAICS Code, 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 Veteran Small Business (Yes / No)Central Contractor Registration (CCR). (Yes / No)A statement as to whether your company is domestically or foreign owned (if foreign, please indicate the country of ownership).Email responses must be received no later than close of business. Response should be no longer than one (1) page for each question. Please list the question number for each corresponding answer. Please email two (2) copies of your response to:HQ ACC AMIC/PKFAAttn: Procurement Contracting Officer (PCO)[name][email address]Attn: Contracts Manager[name][email address] Questions relative to this market research should be addressed to the PCO or Contract Specialist/Buyer.Part II. Capability Survey QuestionsGeneral Capability Questions:Briefly describe the capabilities of your facility and nature of the goods and/or services you provide. Include a description of your staff composition and management structure.Describe your company's experience 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 point of contact (Contracting Officer or Program Manager).Describe your company’s experience providing contractor personnel to support U.S. Armed Forces deployed outside the United States in the United States Central Command (CENTCOM) Area of Responsibility (AOR), and familiarity with and ability to comply with host nation laws and requirements.  Describe your company’s experience in repairing or sustaining the Part Number/NSNs listed above that make up the Joint Range Extension (JRE)/ Joint Range Extension Gateway (JRE-GW)/ Joint Range Extension Tactical Equipment Package (JTEP).If your company can not perform the entirety of the requirement what part could or would your company be able to perform. Provide specific info on what could be broken out for your company’s performance.Do you currently have a government Secret clearance? If so, when was it established and when does it expire?Describe your company's capabilities for generating, handling, processing, and storing classified material and data.Describe your company's capabilities and experience in generating technical data, engineering drawings and manuals. Identify what software programs are utilized to generate these data products and what formats are available for delivered items.Describe your capability to implement ground communication site installs and move existing ground communication sites to a new location.What quality assurance processes and test qualification practices does your company employ? Provide a description of your quality program (ISO 9001, AS9100, etc.).Repair Questions:Describe your company’s capabilities and experience in generating technical data, engineering drawings and manuals. Identify what software programs you utilize to generate these data products and what formats are available for delivered items.Are you capable of delivering Technical Orders (TOs) in the Mil-DTL-87929 (work package format)/ Standard Generalized Markup Language (SGML) tag, as required by the Technical Order Management Agency (TOMA)?Are you capable of delivering engineering drawings in the metadata, Computer Aided Drafting (CAD), neutral Drawing eXchange File (DXF), and Adobe Portable Document File (PDF) format, as required by the Engineering Data Management Office (EDMO)?Describe your capabilities and experience in test, evaluation, repair, or maintenance procedures.Describe your capability of updating your or another company’s engineering drawings.Are you able to send and receive export control data?Describe your Configuration Management processes and how you identify and resolve parts obsolescence and Diminishing Manufacturing Sources problems?Describe your capabilities and experience in modifying existing systems/equipment (hardware/software) to solve maintenance and support problems out in the field.Describe your company’s ability to provide help desk support or provide on-call/on-site maintenance. Please note: The Government possesses limited drawing and technical manual documentation.Discuss your process for addressing any fit, form, and or function issues that may arise out of the requirements of this effort.Describe your capability of collecting and providing monthly or quarterly data reports to assess Operational Availability (Ao) to the Government.Network, Data Tactical Data Link & Hardware QuestionsDescribe your experience with Mil-Standard 6016E (contains the Tactical Data Link (TDL)/Link-16 message standard).Describe your company’s experience with TDL/Link-16.Describe your company’s experience working with the following types of radios: AN/Portable Radio Communications (PRC)-117, Situational Awareness Data Links (SADL)?Describe your company’s experience with crypto devices such as Key Generators, KIV-/ or similar devices.Describe your company’s experience working with Gateway servers such as the JRE Gateway server or similar devices.What network integration experience do you have?Information Assurance QuestionsAre your Information Assurance (IA) and field support personnel Department of Defense (DoD) 8750 Certified?What experience do you have with the Platform Information Technology (PIT), Certification and Accreditation (C&A) and Risk Management Framework (RMF) processes?What capabilities do you have to perform Information Assurance Vulnerability Assessment (IAVA) patching and security testing (scans)?Describe your company’s experience and capability to produce C&A artifacts to support the PIT C&A/Risk Management Framework processes. For example, System Security Plan (SSP), Plan of Action and Milestones (POA&M), Port Protocols and Services (PPS) Worksheet, Risk assessments (RAs), Architecture Analysis Report (AAR).Commerciality Questions:Is there established catalog or market prices for our requirement?If you offer this product and/or service to both U.S. Government and commercial sources, is the same workforce used for both the U.S. Government and general public?Is our requirement offered to both under similar terms and conditions? Briefly describe any differences.Describe your standard warranty and return process for goods and services furnished to the government for items similar in nature to this requirement.

USALocation

Place Of Performance : USA

Country : United States

You may also like

JOINT RANGE EXTENDER HELP DESK RENEWAL

Due: 30 Sep, 2025 (in 17 months)Agency: DEPT OF DEFENSE

Classification

naicsCode 541512Computer Systems Design Services
pscCode R425Engineering and Technical Services