Вы находитесь на странице: 1из 10

04.05.

13

99--REVISION - SPECIAL ANNOUNCEMENT FOR THE DEPARTMENT OF DEFENSE (D0D) COUNTER NARCO-TERRORISM PROGRAM OFF

Buyers: Login | Register

Vendors: Login | Register

Accessibility

99--REVISION - SPECIAL ANNOUNCEMENT FOR THE DEPARTMENT OF DEFENSE (D0D) COUNTER NARCO-TERRORISM PROGRAM OFFICE (CNTPO) MULTIPLE AWARD INDEFINITE DELIVERY/INDEFINITE QUANTITY (MAIDIQ) FOLLOW-ON CONTRACT
Solicitation Num ber: W9113MCNTPO Agency: Department of the Army Office: U.S. Army Space and Missile Defense Command Location: U.S. Army Space and Missile Defense Command, Deputy Commander

Notice Details

Packages

Interested Vendors List

Print

Link

Note: There have been modifications to this notice. To view the most recent modification/amendment, click here

GENERAL INFORMATION

Complete View Original Synopsis Special Notice Aug 02, 2011 3:05 pm Changed Aug 11, 2011 4:23 pm Changed Nov 17, 2011 9:50 am Changed Nov 18, 2011 3:53 pm

Return To Opportunities List

Notice Type: Modification/Amendment

Solicitation Number: W9113MCNTPO Synopsis:

Notice Type: Modification/Amendment

Original Posted Date: August 2, 2011 Posted Date: November 17, 2011

Added: Aug 02, 2011 3:05 pm Changes

Modified: Nov 17, 2011 9:50 am Track

Response Date: Original Response Date: Archiving Policy: Automatic, on specified date Archive Date: November 17, 2012 Original Set Aside:

An Industry Day took place 14-15 November 2011 regarding the referenced MAIDIQ follow-on contract. The purpose of this special announcement is to provide information gathered from Industry Day, the briefing slides presented, and to extend the date for receipt of Capabilities Statements and comments to the Draft RFP to 22 November 2011. Based upon discussions with industry, feedback is requested on the following questions. 1) The Draft RFP as currently stated incorporates FAR 52.215-1 indicating the Government intends to award without discussions. Please indicate any impact on the preparation of your proposal to include impediments you may perceive that would restrict information that you would otherwise convey if discussions were held prior to award. 2) The anticipated NAICS code for all four domains is 541330 Engineering Services. What is your view regarding how this NAICS fits under each domain? Recommendations are encouraged.

N/A Set Aside: N/A Classification Code: 99 -- Miscellaneous NAICS Code: 541 -- Professional, Scientific, and Technical Services/541330 -Engineering Services

3) Per Section H.10 and L.14.2 of the Draft RFP, does your company understand how to calculate the total contract value for purposes of small business participation/utilization? The U.S. Army Space and Missile Defense Command/Army Forces Strategic Command (USASMDC/ARSTRAT) Contracting and Acquisition Management Office (CAMO), in support of the DoD CNTPO, awarded five prime contracts to provide the necessary goods and services required by DoD CNTPO to support CN/CNT missions of DoD, OGAs, partner nations and State and local authorities. These contracts were omnibus type https://www.fbo.gov/index?s=opportunity&mode=form&id=e7815eef8bee4d86aeef6c42161f2f5c&tab=core&tabmode=list
1/10

04.05.13

99--REVISION - SPECIAL ANNOUNCEMENT FOR THE DEPARTMENT OF DEFENSE (D0D) COUNTER NARCO-TERRORISM PROGRAM OFF and State and local authorities. These contracts were omnibus type

arrangements, under which the prime contractors were required to satisfy the entire scope of work. The ordering date for these contracts ends 23 August 2012. Attachment 1 is the current Scop of Work. The Scope of Works per domain are as follows: Attachment 2 - Training Attachment 3 - Operations and Logistics Attachment 4 - Program Support Attachment 5 - Command, Control, Communications, Information, Detection & Monitoring (C3IDM) The purpose of this announcement is to advise prospective prime contractors that the Government intends to execute a follow-on procurement. For purposes of market research, the Government is seeking to gain information regarding the capabilities, capacity and qualifications of interested prime contractors. THIS IS NOT A REQUEST FOR PROPOSALS AND NO CONTRACT WILL BE AWARDED BASED UPON INFORMATION GAINED FROM THIS INFORMATION EXCHANGE SESSION. The Government has not formalized an acquisition strategy, there is a Draft solicitation, and there is no other information available at this time. Other than information provided herein, no other information is available, and no other responses or inquiries will be accepted. OVERVIEW OF REQUIREMENTS: This acquisition is for critical services and procurements in support the Department of Defense Counter Narco-Terrorism Program Office mission to disrupt, deter, and defeat the threat to national security posed by illicit trafficking in drugs, small arms and explosives, precursor chemicals, people, and illicitly-gained and laundered money. Support shall be provided in the following domains: Training; Operations, Logistics, and Minor Construction; Program and Programmatic Support; and Command, Control, Communications, Information, Detection & Monitoring (C3IDM). Within these broad domain definitions, are requirements for operations & logistics, minor construction, and provision of materials and end-items. The scopes of work for each of these domains is provided as Attachments 2 through 5 respectively. Type of Contract: The Government contemplates the execution of each domain as a MAIDIQ arrangement with the following anticipated number of awards: Training (up to 7 awards with reservation of up to 3 awards for small business); Operations, Logistics, and Minor Construction (up to 7 awards); Program and Programmatic Support (100% small business set aside with up to 5 awards); and C3IDM (up to 5 awards). The Government contemplates the establishment of pricing matrices from which the price for task orders will be based. Maximum labor rates, maximum indirect rates and maximum profit/rates will be included in the pricing matrices. The type of task order will be established at the task order level and will be based upon the nature and complexity of the instant requirements. It is contemplated that Firm, Fixed Price (FFP), Fixed-Price-Incentive-Fee (FPIF), Cost-Plus-Fixed-Fee (CPFF), Cost-Plus-Incentive-Fee (CPIF), Fixed-Price-Labor-Hour (FP LH), with potential for Cost Reimbursable Materials, ODCs, Travel and DBA and hybrids thereof will be employed. The term of each MAIDIQ will be one (1) 2-year base ordering period with three (3) 1-year ordering periods, commencing on or about 29 May 2012. Estimated MAIDIQ ceiling: A shared ceiling is established for each domain MAIDIQ. The value of each domain ceiling is: https://www.fbo.gov/index?s=opportunity&mode=form&id=e7815eef8bee4d86aeef6c42161f2f5c&tab=core&tabmode=list
2/10

04.05.13

99--REVISION - SPECIAL ANNOUNCEMENT FOR THE DEPARTMENT OF DEFENSE (D0D) COUNTER NARCO-TERRORISM PROGRAM OFF

domain MAIDIQ. The value of each domain ceiling is: Operations, Logistics, and Minor Construction: $950M Command, Control, Communications, Information Detection & Monitoring (C31DM): $875M Training: $975M Program & Programmatic Support: $240M

The NAICS Code for all domains is: NAICS 541330, size standard $27M Inherent in the execution of these scope of work are the following. This information is preliminary and further information/details will be provided in a published Request for Proposals (RFP). 1. The Contractor will be required to provide these goods and services at CONUS and OCONUS locations and must plan accordingly, to include but not be limited to insurance, security, ITAR, export compliance, shipping and logistics. These requirements are worldwide; however, the primary regional areas of interest include Central and Western Asia, SubSahara Africa, and Central and South America. 2. The Contractor must consider the requirements for delivering goods and services to remote and austere locations worldwide. 3. Support may be required either as temporary duty (TDY) non-local travel or on-site support at destinations, which include both CONUS and OCONUS locations, to include possible deployment to theaters of operations/war zones. Personnel arming requirements are possible. 4. Certain contractor personnel will be required to possess TOP SECRET/Sensitive Compartmented Information (SCI) CLEARANCE and/or be eligible for immediate adjudication by the cognizant security authority upon award of the contract. Future requirements for SCI-eligible personnel will be identified in individual task orders. The contractor shall have or be able to obtain a Top Secret "Facility Clearance" and shall possess "Safeguarding Capabilities." Some task orders issued under this contract may require access to, and clearance for, Special Access Programs (SAPs) up to and including the TOP SECRET/SCI level. Some task orders will require access to Sensitive Compartmented Information (SCI). The contractor shall perform in accordance with the National Industrial Security Program Operating Manual (NISPOM) (DoD 5220.22M) and ensure that all classified material is handled in accordance with the latest appropriate security classification specifications. For task orders requiring TS/SCI clearance, foreign participation will not be allowed at the prime or subcontract level. 5. Performance of this anticipated effort will be subject to Organizational Conflict of Interest (OCI) provisions (see FAR Subpart 9.5) at the prime and task order level. Firms performing directly or indirectly in a prime contractor, subcontractor at any tier, or consultant capacity on any program funded or managed by the Office of the Deputy Assistant Secretary of Defense for Counternarcotics and Global Threats (DASDCN>), or programs funded or managed in conjunction with U.S. Africa Command (AFRICOM), U.S. Central Command (CENTCOM), U.S. European Command (EUCOM), U.S. Northern Command (NORTHCOM), U.S. Southern Command (SOUTHCOM) may be precluded from participation in this contemplated acquisition, dependent upon whether actual or perceived conflicts of interest can be mitigated. Furthermore, any awardee under this contemplated acquisition that provides support under an individual task order to a system or program managed by USASMDC/ARSTRAT or other associated air, space, and missile https://www.fbo.gov/index?s=opportunity&mode=form&id=e7815eef8bee4d86aeef6c42161f2f5c&tab=core&tabmode=list
3/10

04.05.13

99--REVISION - SPECIAL ANNOUNCEMENT FOR THE DEPARTMENT OF DEFENSE (D0D) COUNTER NARCO-TERRORISM PROGRAM OFF USASMDC/ARSTRAT or other associated air, space, and missile

defense organizations, may be precluded from participating as a prime contractor, subcontractor at any tier, or consultant on future acquisitions directly or indirectly involving that system or program. 6. Contractors will be required to comply with ITAR requirements and will be required to export information and material to OCONUS locations. CNTPO ORGANIZATION AND MISSION CNTPO is an acquisition program office working directly in support of the Office of the Secretary of Defense, Deputy Assistant Secretary for Counter Narcotics and Global Threats (DASD-CN>). The mission of CNTPO is to provide acquisition support to the Department of Defense, other Federal agencies, State and local authorities, and partner nation agencies to disrupt, deter, and defeat the threat to national security posed by illicit trafficking in all its manifestations: drugs, small arms and explosives, precursor chemicals, people, and illicitly-gained and laundered money. Working primarily with the Geographic Combatant Commands (GCC), CNTPO performs technical and program management activities as required to convert requirements into contract actions and to ensure Government oversight is maintained throughout the performance of all activities associated with this acquisition. The associated end user community includes agencies such as, but not limited to: (a) the Joint Inter-Agency Task Force South; (b) U.S. drug law enforcement agencies (including the Drug Enforcement Administration & U.S. Customs and Border Protection); and (c) Department of State (including the Bureau of International Narcotics and Law Enforcement Affairs); and (d) individual partner nation agencies with law enforcement authorities. The activities of the DASD-CN> span across the full spectrum of response to the illicit exchange continuum. Since terrorist and militant organizations can easily tap into the transnational illicit marketplace (predominated by illicit drug proceeds) to underwrite their activities and acquire arms and other supplies to conduct insurgent operations, CNTPO must be able to respond to a wide range of acquisition requirements throughout the world and that extend beyond traditional DoD acquisition and contracting scopes. Due to the rapid adaptability of the counter narco-terrorist threat, special federal Government spending authorities are available to the DASD-CN>. Due to political and operational considerations, projects and requirements are usually determined and must be responded to quickly. For existing goods and services, a typical timeline of 60-90 days from requirements identification to award is expected, with accelerated awards possible. INFORMATION REQUESTED: If you believe your firm possesses the technical capability, financial, facility, equipment and personnel resources, and relevant experience/past performance to perform the type of work specified above as a prime contractor, please submit the following information. Responses to this request shall be limited to 30 pages or less, excluding coversheets and/or table of contents, and must be received by 4:00 pm (CST), 22 November 2011. Responses shall be submitted electronically to patricia.c.ashley@smdc.army.mil. Again, this announcement is being used solely to gather market research https://www.fbo.gov/index?s=opportunity&mode=form&id=e7815eef8bee4d86aeef6c42161f2f5c&tab=core&tabmode=list

4/10

04.05.13

99--REVISION - SPECIAL ANNOUNCEMENT FOR THE DEPARTMENT OF DEFENSE (D0D) COUNTER NARCO-TERRORISM PROGRAM OFF Again, this announcement is being used solely to gather market research

information. This is not a request for proposals nor will technical capability statements be considered a proposal. No reimbursement will be made for any costs associated with providing information in response to this synopsis or any follow-up information requests. 1. Company name and mailing address. 2. Proposed role in this anticipated acquisition. 3. Point of contact (name, telephone number, and e-mail address). 4. Socio-economic status under the following NAICS (e.g., other than small business, small business, small disadvantaged business, woman-owned small business, veteran-owned small business, service disabled-veteran owned small business, etc.). 5. Current number of employees. 6. Average annual revenue for the past 3 calendar years. 7. Contractors may submit capability for one or more (to include all) of the functional areas, but each must be addressed separately. Indicate any potential teaming arrangements contemplated. 8. Identify the percentage of work that you, as a prime contractor, are capable of performing in each major technical function for which you are capable. If you are a small business or joint venture of small businesses under the above NAICS codes, discuss how your firm will meet the requirements that at least 50% of the cost of contractor performance incurred for personnel shall be expended for employees of the small business prime contractor. 9. Discuss your capability to perform under each of the technical functional area(s) that your firm is interested in. Disclose the portion of the domainthat you DO NOT have past experience in. 10. Provide a brief summary of your company's experience and past performance within the past 3 years as a prime contractor as it relates to the magnitude and scope of the anticipated requirement. Emphasis shall be placed on your past experiences with large task/delivery order acquisitions in a competitive, multiple-award environment and which involved the management of a large pool of subcontractors/team members. Each experience provided (Government or commercial) shall include the following information: (a) name of project, (b) brief description of project, (c) contract or project number, (d) contract type, (e) client/customer point of contact (name, address, phone number, e-mail address), (f) dollar/ceiling value of the contract/project, (g) period of performance of the contract/project, (h) relevance of contract/project to requirements of this anticipated effort, (i) total number and magnitude of task orders (dollar value, duration, etc) awarded to you under the contract; and (j) total number (delineated by business size) of subcontractors/team members managed by you under the contract. 11. Discuss your firm's financial capacity to prime this effort. Discuss your financial ability to support an effort of this size and scope, considering that payments may be as much as 90-120 calendar days in arrears of actual performance on multiple task orders. 12. Discuss the type and number of facilities that are currently available and would be proposed to be used to satisfy the scope of work (describe the type of facilities, capacity, capabilities and equipment, facilities clearance level, etc), as applicable. 13. Identify any real or potential organizational conflicts of interest that your firm may have regarding your status as a prime contractor, subcontractor at any tier, or consultant on any program funded or managed by the Office of the Deputy Assistant Secretary of Defense for Counternarcotics and Global Threats (DASD-CN>), or programs funded or managed in conjunction with U.S. Africa Command (AFRICOM), U.S.
https://www.fbo.gov/index?s=opportunity&mode=form&id=e7815eef8bee4d86aeef6c42161f2f5c&tab=core&tabmode=list 5/10

04.05.13

99--REVISION - SPECIAL ANNOUNCEMENT FOR THE DEPARTMENT OF DEFENSE (D0D) COUNTER NARCO-TERRORISM PROGRAM OFF

Central Command (CENTCOM), U.S. European Command (EUCOM), U.S. Northern Command (NORTHCOM), U.S. Southern Command (SOUTHCOM). Address each system and/or program separately and provide your planned approach for mitigating any conflicts. If no real or potential conflicts exist, so state. If your anticipated participation will be that of a small business jointventure, you must identify each joint venture participant. If participation will be that of a newly formed small business joint venture, provide the information required above for each participant in the joint venture. If you are a small business, and if the Government were to set this (or any portion of this) acquisition aside for small business (either as a 100% set aside or a partial set aside), you would be required to comply with Federal Acquisition Regulation 52.219-14, Limitations on Subcontracting and 13 CFR 125.6 (known as the 50% rule). Rules on affiliation and joint ventures are at FAR 19.101, 13 CFR 121.103, 13 CFR 124.513 and 13 CFR 125.6. Under the 50% rule where the preponderance of support is for services, at least 50% of the cost of contractor performance incurred for personnel shall be expended for employees of the small business prime. The prime contractor must meet this requirement (1) individually, or (2) together with other small business members of a formal joint venture, or (3) together with a small number of small business subcontractors forming an informal joint venture, in which those subcontractors meet the definition of 'ostensible subcontractor' as set forth in 13 CFR 212.103(h)(4). Team members in such formal and informal joint ventures are exempt from affiliation rules under the conditions set forth in 13 CFR 121.103(H)(3). There is no limit to the number of other team subcontractors or size status of subcontractors. INFORMATION REGARDING THIS REQUIREMENT Future information regarding this requirement will be posted to this ASFI/FedBizOpps location, to include draft documents, bidder's library, and formally released documents. Requests for information will not be entertained at this time. Attachment 2 - Training Representative task orders could include, but would not be limited to: - Train Azerbaijan Naval Commandos to U.S. military standards for conducting counter-narcoterrorism skills such as basic/advanced tactical skills; combat swim/diving; RHIB operation and maintenance; mission planning; and self-sustainment. - Provide a turn-key program in Kabul, Afghanistan to train 150 Afghan students to become Narcotics Interdiction Officers (includes provision of student accommodations, training facilities, and instructors). - Provide mentors to senior Afghanistan Customs Officials working throughout Afghanistan. - Operate four Afghanistan Border Police training sites (minimum of 4000 graduates annually) across Afghanistan including instruction, facilities management, and minor construction. - Provide a Mobile Training Team (MTT) to conduct Civil-Military Operations training in support of Special Operations Command Europe. - Oversee all training operations (instruction and facilities; 720 graduates per year) of the Counter Narcotics Training Academy in Kabul, Afghanistan. https://www.fbo.gov/index?s=opportunity&mode=form&id=e7815eef8bee4d86aeef6c42161f2f5c&tab=core&tabmode=list
6/10

04.05.13

99--REVISION - SPECIAL ANNOUNCEMENT FOR THE DEPARTMENT OF DEFENSE (D0D) COUNTER NARCO-TERRORISM PROGRAM OFF

Afghanistan. - Conduct advance driver training for selected personnel within the Armed Forces of Mexico (CONUS). - Develop and implement a mentoring, training and operational support capability for the Counter Narcotics Police - Afghanistan (CNP-A) - Provide support equipment (vehicles, radios, office equipment and support mentor personnel) in support of Afghan Border Management Task Force mentor operations - Provide UH-60 and Schweizer 333 or OH-58 pilot training and UH-60 mechanics non-rated crewmembers (NRCM) training for crew members of the Mexican Secretariat of Public Security (SSP) - Train up to forty eight (48) personnel to command and pilot Bell 206 helicopters for Mexico - Develop and deliver curriculum, provide all necessary personnel, equipment and materials, and conduct Night Vision Goggle (NVG) Helicopter Pilot/Crew Chief Flight Training for Mexico - Establish a T-6A pilot training capability for Iraqi Air Force for up to 105 students. - Provide Introductory Flight Training for approximately 50 pilot candidates for Afghanistan - Establish and operate an Advanced Border Management Academy (AABMA) to provide advanced border protection, customs, transit, and border management training for the Afghan Ministries whose primary focus is countering the trafficking of narcotics. - Provide a Mobile Training Team (MTT) to conduct executive level (rank of Captain to Colonel on the military side and the rank of Assistant or Deputy Director on the civilian security side) security-focused Civil-Military Operations/Relations training in support of the Trans-Sahara Counter Terrorism Partnership. Attachment 3 - Operations and Logistics Representative task orders could include, but would not be limited to: - Construct barracks, dining facility, instructor quarters, classroom facility, etc. to enhance capability of the Pakistan Frontier Corps to operate a regional operations center - Provide a Contractor-Owned/Contractor-Operated airborne ISR platform based in Bogota, CO in support of USSOUTHCOM Counternarcotics missions. - Construct and install an aviation hangar, office building, and pilot quarters for DEA personnel in Kabul, Afghanistan. - Construct anti-terrorism/force protection enhancements at the Frontier Corps Training Center in Warsak, Pakistan. - Construct independent training facilities (outdoor classrooms, latrines, armory, vehicle maintenance bldg, medical clinic) at the Frontier Corps Training Center in Warsak, Pakistan. - Construct shielding for an existing body X-ray system at the Karachi International Airport. - Construct and furnish facilities to support the operation of Pakistan Customs' working dogs and their handlers. - Provide contractor-operated STOL airlift services in the trans-Sahara region of Africa. - Furnish the necessary personnel, equipment, and services required to operate a multi-site National Strategic Level Warehousing and Distribution service in Afghanistan. - Provide UH-1 and OH-58A maintenance, spare parts, maintenance support, maintenance training, and maintenance Quality Assurance (QA) for Colombian Military (COLMIL) personnel https://www.fbo.gov/index?s=opportunity&mode=form&id=e7815eef8bee4d86aeef6c42161f2f5c&tab=core&tabmode=list
7/10

04.05.13

99--REVISION - SPECIAL ANNOUNCEMENT FOR THE DEPARTMENT OF DEFENSE (D0D) COUNTER NARCO-TERRORISM PROGRAM OFF for Colombian Military (COLMIL) personnel

- Provide EO/IR Sensor Operator and support services on Drug Enforcement Administration (DEA) aircraft in Afghanistan. - Provide aircraft maintenance, maintenance management and administrative services required to support the flight program and maintenance operations of a Naval Airborne Early Warning Squadron - Operate and maintain a deployed squadron of MQ-9 unmanned air vehicles Attachment 4 - Program Support Representative task orders could include, but would not be limited to: - Perform a Counternarcotics Intelligence resource survey across DoD agencies to assist policy makers in future investment decisions. - Provide drug law enforcement subject matter expertise and mentorship in support of Kyrgyzstan Border Service - Perform a technology market survey of existing document exploitation systems for use in field-portable configurations in the PACOM AOR. - Develop a white paper describing the best approach for developing both the Afghanistan Police Force and the Afghan National Army into effective, self-sustaining entities. - Assess the current, historical and planned U.S. government support programs, international assistance programs and Government of Afghanistan initiatives that currently impact or could potentially impact customs activities in Afghanistan. - Produce a report on best practices (tactics, techniques and procedures) for finding, tracking and apprehending self-propelled, semi-submersible water craft. - Provide subject matter experts in counter-threat finance topics to assist in all-source / financial crimes analysis for Combatant Commands. - Provide (1) Arabic to English linguist/translator for US SOCOM at MacDill AFB, FL. - Provide translators/linguists support (Pashto/Dari/Farsi/Baluch) to U.S. and partner nation law enforcement investigators in Afghanistan - Perform an engineering assessment of the material condition of the airframes, avionics systems, power plants, and mission systems (EO/IR and Radar) of C-26 Fairchild Metroliner aircraft located in Mexico. - Provide personnel to operate and maintain services (system operation, analysis, technical support, and maintenance) provided at the Counter Narcotics Information Operations Center in Kabul, Afghanistan. - Provide U.S. Customs and Border Protection (CBP) Office of Information Technology (OIT) with support required to field an array of detection and inspection technologies that support interdicting contraband by conducting demonstrations, evaluations and writing technical reports. - Perform an Electrical Load Analysis (ELA) and fuel systems analysis to evaluate the condition of all electrical circuits and electrical systems on four (4) Mexican Government-owned C-26 Fairchild Metroliner aircraft. - Provide conference planning and support. - Provide finance and administrative personnel to support CN offices at the OSD, GCC, and Component Command levels. - Provide counsel, training and media analysis to officials of the Colombian Government with counterdrug responsibilities. - Provide strategic communications counsel and training, media analysis and web-site development consultation to officials of the Government of Pakistan.

Attachment 5 - Command, Control, Communications, Information, https://www.fbo.gov/index?s=opportunity&mode=form&id=e7815eef8bee4d86aeef6c42161f2f5c&tab=core&tabmode=list

8/10

04.05.13

99--REVISION - SPECIAL ANNOUNCEMENT FOR THE DEPARTMENT OF DEFENSE (D0D) COUNTER NARCO-TERRORISM PROGRAM OFF Attachment 5 - Command, Control, Communications, Information,

Detection & Monitoring (C3IDM) Representative task orders could include, but would not be limited to: - Modify an existing geo-positional asset tracking command, control and situational awareness system with personal bio-monitoring capabilities as a technology proof of concept; - Design and conduct a field demonstration of a system to rapidly evaluate cargo containers at U.S. ports of entry using large scale nonintrusive inspection technology; - Redesign and provide limited fielding of a tracking terminal radome to eliminate an existing cracking tendency; - Produce a fieldable unattended ground sensor based on a previously Government-funded proof of concept; - Provide after-market encryption capability for existing radios used by the Bureau of International Narcotics and Law Enforcement Affairs; - Provide technical support in the development of monitoring technologies and concealments to support Counter-Terrorism (CT) and Counter Narcoterrorism (CNT) requirements, including the ability to respond to short-notice, ad hoc tasking; - Procure, package and store representative cargo samples for use in non-intrusive inspection system evaluations (CONUS); - Provide contractor-operated precision geo-location equipment and service in support of OCONUS drug law enforcement operations; - Provide commercial internet service / connectivity for DEA personnel at four Forward Operating Bases in Afghanistan using Very Small Aperture Terminals; - Flexible procurement of 9601-DGS-LP devices, antennas, accessories and airtime, as well as additional device modifications; - Procure specific communications equipment and develop and deliver an Implementation and Integration Plan for integrating a Secure Voice and Data solution; - Upgrade an existing Fly-away Triband Satellite Terminal (FTSAT), AN/USC-60A system; install and integrate a 2.4 meter High Wind Antenna; and provide user and maintainer training - Provide, deliver, assemble/install and provide training for a trans-border microwave communications system (voice, data, and video) for exchange of illicit drug trafficking activity information between U.S. and Mexico security agencies; - Provide translators/linguists support (Pashto/Dari/Farsi/Baluch) to the law enforcement investigators; - Software and hardware upgrades to expand the DOJ National Drug Intelligence Center's ability to perform document exploitation; - Design, develop, procure, install, integrate and maintain a Multi-Domain Awareness system; - Provide support in procuring, assembling, integrating, deploying, installing, maintaining, and conducting operator training for Multi-Domain Awareness (MDA) System in support of Joint Task Force-North operations; - Develop and provide JIATF-S with an innovative and cost-effective capability to perform track correlation, fusion and processing as an integral component of the JIATF-S Joint Operations Center (JOC); - Provide Embraer EMB-314 Super Tucano aircraft (Contractor owned/Government operated (COGO), including the integration and maintenance of ISR equipment for demonstration, testing and evaluations; - Select, install, test and operate a communications and signals intelligence system on an existing Beech King Air B-350 based out of
https://www.fbo.gov/index?s=opportunity&mode=form&id=e7815eef8bee4d86aeef6c42161f2f5c&tab=core&tabmode=list 9/10

04.05.13

99--REVISION - SPECIAL ANNOUNCEMENT FOR THE DEPARTMENT OF DEFENSE (D0D) COUNTER NARCO-TERRORISM PROGRAM OFF

Colombia, SA; - Provide software, hardware and integration upgrades to the Department of Justice National Drug Intelligence Center in Johnstown, PA; - Procure and install radio encryption modules on fixed wing and rotary wing aircraft in Bogota, CO; - Procure, deliver and install a countermeasures detection and dispenser system, SATCOM tactical radio, spares and logistics support plan for a Government-owned King Air 350 aircraft based out of Afghanistan; - Provide a contractor-owned/contractor-operated aircraft with mission systems (COMINT/SIGINT/DF, EO/IR, and SATCOM) in support of USSOUTHCOM Counternarcotics missions; - Provide COCO aircraft in support is ISR missions; and, - Provide the Government with a Technology Demonstration of a fieldproven MALE UAS that supports Detection and Monitoring involved with Counter Illicit Trafficking operations in the United States Southern Command Area of Focus. Contracting Office Address: US Army Space and Missile Defense Command, Deputy Commander, ATTN SMDC-CM-AP, P.O. Box 1500, Huntsville, AL 35807-3801 Point of Contact(s): Stefanie Polk, 256-955-5903 US Army Space and Missile Defense Command, Deputy Commander

Return To Opportunities List

For Help: Federal Service Desk Accessibility

https://www.fbo.gov/index?s=opportunity&mode=form&id=e7815eef8bee4d86aeef6c42161f2f5c&tab=core&tabmode=list

10/10

Вам также может понравиться