Persistent Surveillance Dissemination System of Systems (PSDS2) CENTCOM Theater Effort - Synopsis

Agency: DEPT OF DEFENSE
State: Maryland
Type of Government: Federal
Category:
  • R - Professional, Administrative and Management Support Services
Posted: Apr 19, 2024
Due: May 6, 2024
Solicitation No: W56KGY-24-PSDS2-0002
Publication URL: To access bid details, please log in.
Follow
Persistent Surveillance Dissemination System of Systems (PSDS2) CENTCOM Theater Effort - Synopsis
Active
Contract Opportunity
Notice ID
W56KGY-24-PSDS2-0002
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE ARMY
Major Command
AMC
Sub Command
ACC
Sub Command 2
ACC-CTRS
Sub Command 3
ACC-APG
Office
W6QK ACC-APG
Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information
  • Contract Opportunity Type: Presolicitation (Original)
  • All Dates/Times are: (UTC-04:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Apr 19, 2024 08:21 am EDT
  • Original Response Date: May 06, 2024 04:00 pm EDT
  • Inactive Policy: 15 days after response date
  • Original Inactive Date: May 21, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: R425 - SUPPORT- PROFESSIONAL: ENGINEERING/TECHNICAL
  • NAICS Code:
    • 541330 - Engineering Services
  • Place of Performance:
    Aberdeen Proving Ground , MD
    USA
Description

The intent of this Synopsis, in accordance with FAR 5.201, is to add the following sole-source action onto the already established contract with Raytheon Company, SPRBL1-15-D-0017. Market research suggests that Raytheon is the sole approved source capable of providing the required Persistent Surveillance Dissemination System of Systems (PSDS2) support services and associated hardware for the CENTCOM Area of Responsibility (AOR).



SPRBL1-15-D-0017 is a ten (10) year Indefinite-Delivery Indefinite Quantity (IDIQ) contract providing for the support of sole-source Raytheon requirements to include spare parts, repairs, engineering services, maintenance, training, kits and performance based logistics. The contract was awarded on 28 September 2015. The period of performance includes a six (6) year base period followed by one (1), four (4) year re-determinable option period. The contract maximum ceiling is $8B. The current ordering period ends 26 September 2025.



The purpose of this survey is to locate sources that have the capability of providing PSDS2 support services and associated hardware. This survey is published in compliance with Federal Acquisition Regulation (FAR) Part 10, (Market Research). Past history for this product indicates the only known source with the capability to provide PSDS2 support services and associated hardware is Raytheon Company (Dulles, Virginia). This request for capability information does not constitute a request for proposals. Submission of any information in response to this market is purely voluntary. The US Government assumes no financial responsibility for any costs incurred in responding or in any subsequent exchange of information.

The United States Army Contracting Command - Aberdeen Proving Ground, Aberdeen Proving Ground, MD 21005, on behalf of Product Director Aerostats (PD A), intends to solicit and award a Cost-Plus-Fixed-Fee (CPFF)/Firm-Fixed-Price (FFP)/Cost Reimbursement (CR) Task Order with total estimated price of $6.1m and period of performance of six (6) months as a sole source action directed to Raytheon Company, 22260 Pacific Blvd, Dulles, VA 20166, in accordance with FAR 6.302-1 and 10 USC 2304(c)(1), Only One Responsible Source. This Task Order will be awarded off of base Indefinite Delivery, Indefinite Quantity (IDIQ) contract SPRBL1-15-D-0017. The PSDS2 is a system that networks existing video sensors into a common architecture to support surveillance and rapid dissemination of actionable information for the Warfighter. This requirement will address the acquisition of operations and support logistics support outside of the Continental United States (CONUS) and provide personnel to operate and maintain systems deployed Outside Continental United States (OCONUS) Area of Responsibility (AOR), specifically CENTCOM. NAICS code is 334111.



Specifically, this requirement is for three (3) Imagery Analysts operating in the CENTCOM AOR in support of Operation Need Statement (ONS) 22-40783. In addition, this action will procure 7 Core Video Appliances (CVA) v2.2 as well as additional standalone hardware components in support of the required operational need.

The requirement for PSDS2 component hardware includes the following National Stock Numbers (NSNs). Where NSNs are not available, the manufacturers part # has been included:



ITEM QTY NSN / MFR Part Number

PSDS2 CVA System (Note: OEM Blue Eye Software) 7 7025-01-707-6583

APC Switched Rack PDU 8 6130-01-706-5853

APC Smart-UPS 14 6130-01-627-0989

Cisco Catalyst Switch 6 7025-01-691-7453





The Government Performance Work Statement provides a description of the requirements This purchase will be made on an Other Than Full and Open Competition basis authorized by FAR 6.302-1, Only One Responsible Source and No Other Supplies or Services Will Satisfy Agency Requirements. Raytheon is the Original Equipment Manufacturer of PSDS2. The Government does not possess a technical data package that would allow full and open competition for the development, production and/or sustainment of PSDS2. The Government does not intend to use FAR Part 12 for this acquisition. This notice of intent is not a request for competitive proposals. A determination by the government not to compete this proposed contract lies solely within the discretion of the Government. Information received will be considered solely for the purpose of determining whether to conduct a competitive requirement.



Vendor Response Requirements:





All material submitted in response to this Synopsis must be unclassified. A ten (10) page response limitation is recommended. Interested parties possessing the capacity to deliver and sustain sensor system(s) that meet all performance capabilities outlined above are requested to provide a response in electronic format (Microsoft Office 2007 or later Suite format) describing the approach to meet the objectives established above and should address the following items:





1. Company information: Company Name, Contact Name, Position, Telephone, E-mail, Cage Code, Company URL, Business Size based on the North American Industry Classification System (NAICS) code provided.



2. Capabilities and approach to provide the services identified above.



3. Past and current relevant performance information



The closing date for this synopsis is 06 May 2024 at 4:00 P.M. Eastern Daylight Time. The anticipated solicitation release date is 10 May 2024 and the anticipated award date is 3QFY24. For information regarding this procurement please contact Tian Chen, Contract Officer’s Representative (COR) , email tian.chen3.civ@army.mil.


Attachments/Links
Contact Information
Contracting Office Address
  • DIV C HQ CECOM CONTRACTING CTR 6565 SURVEILLANCE LOOP
  • ABERDEEN PROVING GROU , MD 21005-1846
  • USA
Primary Point of Contact
Secondary Point of Contact


History
  • Apr 19, 2024 08:21 am EDTPresolicitation (Original)
Daily notification on new contract opportunities

With GovernmentContracts, you can:

  • Find more opportunities and win more business
  • Receive daily alerts for all new bid opportunities
  • Get contract opportunities matched to your business
ONE WEEK FREE TRIAL
* Disclaimer: Information regarding bids, requests for proposals (RFPs), or requests for qualifications (RFQs) is provided on this website only as a convenience and does not constitute official public notice. Persons wishing to respond to or inquire about bids, RFPs, or RFQs should contact the appropriate government department.