Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 08, 2008 FBO #2386
SOLICITATION NOTICE

D -- Consolidated Rapid Integration Facility

Notice Date
6/6/2008
 
Notice Type
Presolicitation
 
NAICS
541330 — Engineering Services
 
Contracting Office
Other Defense Agencies, U.S. Special Operations Command, Headquarters Procurement Division, 7701 Tampa Point Blvd, MacDill AFB, Florida, 33621-5323
 
ZIP Code
33621-5323
 
Solicitation Number
H92222-08-xx
 
Point of Contact
Marc L. Huizinga,, Phone: 813-826-6526
 
E-Mail Address
marc.huizinga@socom.mil
 
Small Business Set-Aside
N/A
 
Description
Consolidated Rapid Integration Facility (CRIF) The purpose of this preliminary Request For Proposal (RFP) announcement is to identify potential vendors that are capable of meeting an immediate need for a Consolidated Rapid Integration Facility (CRIF). The CRIF is designed to provide a rapid engineering capability to modify, test, retrofit, and optimize various commercial and government equipment (to include satellite communication, terrestrial telecommunication, cellular communication, multi-discipline sensors, and information dissemination networks) for Special Operation Forces (SOF). It is envisioned that the CRIF would be a multi-year indefinite delivery, indefinite quantity type contract with an estimated $75M ceiling (i.e. approx. 15M/year). The government is looking for companies that have the following capabilities: 1. A facility (or a dedicated area within a facility), or the willingness to obtain a facility in the Raleigh/Durham, North Carolina Area to serve as the CRIF. The Government estimate of work and office space required is approximately 30,000 sq ft. Facility must be able to store classified materiel at the secret level. 2. Have experience with the storing, handling, and marking of classified information on previous DoD programs. 3. Have proven capability/personnel in each of the following disciplines to staff the CRIF facility. All personnel must have a minimum of a secret clearance. a. Program Management b. Logistics c. Program Support Technicians d. Quality Assurance e. Software Engineering f. Electrical Engineering g. Radio Frequency (RF) Engineering h. Systems Engineering i. Program Analyst j. Engineering Management k. Technical Writer 4. Have ISO 9001 (or comparable) Certification and/or Capability Maturity Model Integration (CMMI) for services or development Level III Certification In addition to the management and staffing of the CRIF facility, and purchasing commercial equipment for Government use, the selected vendor will be performing task similar to the following (the following task list is for illustrative purposes only, the Government reserves the right to modify, add or delete tasks as necessary): 1. Engineering type tasks: a. Technology Insertion/System Integration b. Engineering & Technical Documentation Support c. Hardware/Software Engineering d. Independent Assessments e. System Engineering f. Modeling and Simulation g. Test and Evaluation h. Information Assurance (IA) Support i. Architectural/Interoperability Support 2. Logistic type tasks: a. Integrated Logistic Support b. Maintenance Engineering Support c. Technical Manuals 3. Program Management/Business Operations type tasks Interested vendors should respond to the Contract Specialist with a notice of intent (NOI) and a summary of their capability to include: 1. A discussion of possible/proposed facilities and labor force and a statement that they can meet all security requirements of the program (both facility and personnel) 2. Proof of the ability to handle classified material (via current or previous DD254 accreditation) 3. A copy of their ISO 9001 accreditation/certification. If the vendor is submitting a certification other than ISO 9001, then they should provide a discussion about that certification. 4. A copy Capability Maturity Model Integration (CMMI) for services or development Level III Certification 5. Recent and relevant (within the last 2 years) contract experience with the government or commercial customers in these areas to include description of the work performed. This information will not be evaluated to determine receipt of formal solicitation, but rather to provide the government some background on your firm’s capability. Past performance information will be solicited and evaluated in accordance with sections L&M of the formal solicitation. Responses are due to the Contracting Specialist at the address below by 5:00PM EST on 27 Jun 08 and should not exceed 15 pages in length (double spaced, 12pt Times New Roman or Arial font). All responses can be emailed, faxed, or mailed. Within your response please provide the following information: the name of firm (including applicable division), CAGE code, address, business size, and the applicable point of contract’s information to include: name, title, phone/fax number, and email address. This notification does not constitute an invitation to bid nor a formal request for proposal, and it is not to be construed as a commitment by the Government to issue an order or otherwise pay for the information solicited. Failure to respond to this preliminary RFP notification will lead to exclusion from the formal RPF solicitation. The Government will send the solicitation to only vendors that respond to this preliminary RFP notification in the manner specified herein and that are able to receive the solicitation, security factors considered. Once the solicitation is issued the Government will hold an industry day for all eligible vendors.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=34f0a9a7491f1013adf17e92bfdcca9f&tab=core&_cview=1)
 
Place of Performance
Address: Raleigh, North Carolina, United States
 
Record
SN01588378-W 20080608/080606215256-34f0a9a7491f1013adf17e92bfdcca9f (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.