United States - Oman Border Security Program (MBSS Phase II)
For more information and to make a bid you will need to go to the third party website.
Details
Provided by
- Opportunity closing date
- 09 October 2019
- Opportunity publication date
- 20 September 2019
- Value of contract
- to be confirmed
- Your guide to exporting
Description
Added: Sep 19, 2019 1:53 pm
SOURCES SOUGHT TECHNICAL DESCRIPTION FOR PRODUCTS TEMPLATE
INTRODUCTION
The Army Contracting Command- Aberdeen Proving Ground (ACC-APG), Division D, on behalf of Communication and Engineering Command Security Assistance Management Directorate (CECOM SAMD), is issuing this sources sought synopsis as a means of conducting market research to identify potential sources having an interest and industry technologies available to support a Foreign Military Sale (FMS) in the support of Oman border security program (MBSS Phase II).
The result of this market research will contribute to determining the method of procurement, if a requirement materializes. Based on the responses to this sources sought notice/market research, this requirement may be set-aside for small businesses (in full or in part) or procured through full and open competition. Multiple awards may be made. All small business set-aside categories will be considered. Telephone inquiries will not be accepted or acknowledged, and no feedback or evaluations will be provided to companies regarding submissions.
DISCLAIMER
THIS SOURCES SOUGHT IS FOR INFORMATIONAL PURPOSES ONLY. THIS IS NOT A REQUEST FOR PROPOSAL (RFP) TO BE SUBMITTED. IT DOES NOT CONSTITUTE A SOLICITATION AND SHALL NOT BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT. RESPONSES IN ANY FORM ARE NOT OFFERS AND THE GOVERNMENT IS UNDER NO OBLIGATION TO AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCEMENT. NO FUNDS ARE AVAILABLE TO PAY FOR PREPARATION OF RESPONSES TO THIS ANNOUNCEMENT. ANY INFORMATION SUBMITTED BY RESPONDENTS TO THIS TECHNICAL DESCRIPTION IS STRICTLY VOLUNTARY.
PROGRAM BACKGROUND
This requirement is in support of CECOM's Security Assistance Management Directorate (SAMD) Foreign Military Sales (FMS) case for the Royal Army of OMAN (RAO). Phase One (1) provided three (3) each Mobile Border Surveillance System (MBSS) to the RAO with full support to include testing, training, spares, warranty and field service support. The MBSS is required to detect, track, and identify border incursions. The deployment concept includes the MBSS deployed at the tactical edge supported by Regional Operations C2 Centers to coordinate their operations. The MBSS consists of the following items:
a. 23-meter telescopic mast with a 400Kg maximum payload capacity.
b. Rugged and transportable high capacity trailer with lighting and braking system.
c. Electro Optical/Infrared (EO/IR) multi-sensor including Pan and Tilt Unit (PTU), Infrared Camera, visible light camera, eye safe laser rangefinder and video tracker.
d. Ground Surveillance Radar.
e. Point-to-Point microwave communication links.
f. 6KW Hybrid Power Generation System (PGS).
g. 8' x 10' Rugged, outdoor harsh environment qualified equipment enclosure for supporting power & networking equipment.
h. Ruggedized operator computer with TCP/IP network connection to the trailer.
i. Command & Control (C2) situational awareness software application and license with supporting processing, display, networking and storage hardware.
REQUIRED CAPABILITIES
Phase II of the RAO Border Security Program will provide one additional MBSS and increase the capability of both the Phase 1 and Phase 2 MBSS' by providing six (6) each CBRNE defense systems/capabilities for high-yield explosive and narcotics detection. Additional equipment in Phase 2 includes 43 each voice and data network radios, a fully integrated C2 Center, three (3) mobile remote communications towers, a portable training kit, maintenance, spares and a two-year warranty.
The Oman government described the following capabilities that are desired in the Mobile Border Surveillance System (MBSS) to support the Oman government Intelligence, Surveillance and Reconnaissance border protection objectives:
• Provide a near real time situational awareness of the border environment
• Maintain the highest level of border surveillance consistent with cost effectiveness
• Utilize commercial product standards and services that promote an open and flexible architecture.
The MBSS will provide near real-time intrusion alert and tracking data, disseminate C2 data amongst the higher echelon operation and command centers, and provide MBSS information to external agencies through the standard protocols and messaging services provided by the system.
The enhancements sought for Phase 2 surveillance capabilities include the following:
a. One (1) additional Mobile Border Surveillance Systems (MBSS) to increase surveillance area coverage.
b. Upgrade of the three (3) deployed MBSS units and the one (1) new MBSS to include the capability to detect and identify Chemicals and Explosives being brought across the border.
c. Three (3) mobile Remote Communications Relay Towers to extend the deployment area of the MBSS systems and Forward Observers while maintaining network connectivity.
d. Mobile Ad-hoc Network Radios to connect Forward Observers into the MBSS network.
e. A Regional Command and Control center located at Al Mazayunah equipped with six (6) Operator workstations, a large video wall and inter-connected to all MBSS assets.
f. The Command and Control center will be fully compatible with the existing MBSSs and newly procured equipment.
g. Operator Training (Introductory and Intermediate).
h. Maintainer Training (Introductory and Intermediate).
i. C2 Center Command Operator Training.
j. C2 Center Command Officer Training.
k. Operator Binocular Training.
l. Train the Trainer Course.
SPECIAL REQUIREMENTS
Any resulting contract is anticipated to have an UNCLASSIFIED classification level. Any resulting contract shall be compliant with the specialty metals restriction of the Berry Amendment (10 U.S.C. 2533a and 2533b) in accordance with DFARS clauses 252.225-7008 and 252.225-7009.
ELIGIBILITY
The applicable NAICS code for this requirement is 334220. The Product Service Code (PSC) is D318
SUBMISSION DETAILS
Interested businesses should submit a brief capabilities statement package (no more than ten 8.5 X 11 inch pages, font no smaller than 10 point) demonstrating ability to provide the products/systems listed in this Technical Description. Documentation should be in bullet format. No phone or email solicitations with regards to the status of the RFP will be accepted prior to its release.
Your response to this Sources Sought, including any capabilities statement, shall be electronically submitted to the Contract Specialist, Salma Khairedin, in either Microsoft Word or Portable Document Format (PDF), via email salma.m.khairedin.civ@mail.mil no later than 11:00 a.m. Eastern Time on 09 October 2019 and reference this synopsis number in subject line of e-mail and on all enclosed documents. Information and materials submitted in response to this request WILL NOT be returned. DO NOT SUBMIT CLASSIFIED MATERIAL.
If your organization has the potential capacity to provide the required products/systems, please provide the following information:
1. Name of Organization, Company Cage Code, DUNS, Address, Point(s) of Contact with telephone number and email address;
2. Size of Business (Small or Large) and any Small Business Status (8(a), HUB Zone, veteran-owned, women-owned, etc.);
3. Please indicate which NAICS code(s) your company usually performs under
4. Government contracts for this type of requirement;
5. Tailored capability statements addressing the requirements of this notice, with appropriate documentation supporting claims of organizational and staff capability. If significant subcontracting or teaming is anticipated in order to deliver technical capability, organizations should address the administrative and management structure of such arrangements.
All data received in response to this Sources Sought that is marked or designated as corporate or proprietary will be fully protected from any release outside the Government.
- Opportunity closing date
- 09 October 2019
- Value of contract
- to be confirmed
About the buyer
- Address
- Department of the Army ACC - APG (W91CRB ) Division D United States
The deadline to apply for this opportunity has passed.
Visit the
opportunities page
to find another.