Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 13, 2010 FBO #3123
SOURCES SOUGHT

D -- Request for Information (RFI) for Life Cycle Software Support.

Notice Date
6/11/2010
 
Notice Type
Sources Sought
 
NAICS
541511 — Custom Computer Programming Services
 
Contracting Office
CECOM Contracting Center (CECOM-CC), ATTN: AMSEL-AC, Building 1208, Fort Monmouth, NJ 07703-5008
 
ZIP Code
07703-5008
 
Solicitation Number
W15P7T-10-R-T201
 
Response Due
7/1/2010
 
Archive Date
8/30/2010
 
Point of Contact
Heather Weaver, 410-306-3471
 
E-Mail Address
CECOM Contracting Center (CECOM-CC)
(heather.a.weaver@us.army.mil)
 
Small Business Set-Aside
N/A
 
Description
Please note solicitation number W15P7T-10-R-T201 is internal tracking purposes only. REQUEST FOR INFORMATION This announcement constitutes an official Request For Information (RFI) as defined in FAR 15.201(e). This RFI announcement is for information and planning purposes only and it is not to be construed as a commitment by the Government. The intent is to identify market interest, to receive constructive comments and recommendations on the draft Performance Work Statement (PWS), and to receive comments and recommendations on the solicitation for the acquisition of software engineering and scientific support services for the Software Engineering Center (SEC). The information provided may further be used by the Government in developing its acquisition strategy and performance specifications. The Government does not intend to award a contract on the basis of this RFI or to otherwise pay for the information submitted in response to this RFI. The information received will not obligate the Government in any manner nor will the Government reimburse contractors for any costs associated with submittal of the requested information or attendance at the Industry Day. This request does not constitute an Invitation for Bid or a Request for Proposal. An Industry Day will be announced at a later date for those interested parties seeking additional information. All details of the Industry Day will be provided at that time. BACKGROUND The CECOM Life Cycle Management Command (CECOM LCMC) Software Engineering Center (SEC) provides life cycle software solutions and services that enable the warfighting superiority and information dominance across the enterprise. SEC provides systems, software engineering, and scientific support for a wide variety of Army and Department of Defense (DoD) customers including, most prominently, Army Program Executive Officers (PEOs) and their Project Managers (PMs), Headquarters Department of the Army (HQDA) and its components, and other Joint Service DoD elements. The ultimate customer and consumer of our products and services is the Warfighter in the field. The Performance Work Statement (PWS) describes the services and support outcomes that the SEC will provide to these and to other customers. The resulting contract shall provide all personnel, equipment, tools, materials, supervision, and other items and non-personal services necessary to satisfy the requirements as defined in this PWS. The awardee(s) shall perform to the standards in this contract and follow-on task orders. The contractor(s) working to satisfy the requirements of this PWS will provide engineering and technical services to the CECOM LCMC SEC, its components and their successors. OBJECTIVE The SEC is looking for the best commercial source(s) to provide the highest quality software system and engineering support to SEC in the most cost effective and innovative manner possible in order to provide the Warfighter with warfighting superiority and information dominance across the enterprise in a dynamic and changing global environment. RESPONSE The draft PWS is provided for review. This RFI will be a two step process: the RFI response and the Industry Day. The first step is for those interested in pursuing this acquisition to provide a response to this RFI in writing. This response will indicate the responders interest in pursuing this acquisition. It may also include comments and/or recommendations of the responder regarding the PWS, the contract types, the inclusion of large and small businesses as primes, and the overall structure of the acquisition. Please note the rationale for comments and recommendations as this will be very helpful to the Army in understanding the responders intent and position, and very helpful in achieving the optimal overall acquisition results. Regarding the PWS, please indicate the scope in which you are interested. For example, if interest is in the entire scope of the PWS, then so state. However, if interest is only in specific portions of the PWS, then please identify which portions are of interest referencing applicable paragraph numbers. Comments about the manner in which the PWS is structured will also be very helpful. For example, if there is a better way to structure or adjust the PWS to make it more consistent with industry practices or to make it more flexible to meet changing or future needs, please so indicate. In addition, please note questions that you may wish to have answered in the second step, the Industry Day. For questions related to PWS content, please reference the respective PWS paragraph(s) as appropriate. Also note that duplicate questions from responders will be combined and answered once. All comments and recommendations received in response to this RFI will be taken into consideration by the government in the acquisition planning and development. The second step, the Industry Day, will be scheduled after the responses are received. The objective of the Industry Day will be to provide more detailed information about the nature of the acquisition, answer the questions, as best that can be done, submitted in the RFI responses, and answer additional questions that may come up during the Industry Day session if possible. All Government responses to questions shall be posted on IBOP after the Industry Day session. Responses shall be limited to 10 one-sided pages. Submission shall be capable of being printed on 8.5 x 11 inch paper with one inch margin (top, bottom, left and right) and a 10 point Arial or 12 point Times New Roman font. Line spacing shall be no less than single space. Tables, drawings and header/footer information shall be 10 point Arial font or larger. For tables and drawings, landscape orientation is permitted. Microsoft Office 2000 Office Suite (or later) product shall be used to create the files. All graphics shall be compatible with MS PowerPoint 2000. If any of the material provided contains proprietary information, please mark and identify disposition instructions (submitted data will not be returned). In addition to that noted above, responders should include the following at a minimum: Company History: A history, not to exceed one page, to include previous major products and primary customer base, especially as it relates to the PWS areas which are of interest of the responders. This should also include the handling of classified information. Metrics: Suggest methods to create and maintain a metrics database, for monitoring and managing the performance of the contract. Also discuss how metrics can be used to support an incentive based contract award. Additional Information: Knowledge of the C4ISR community and systems that would demonstrate a capability to support the SEC in the successful execution of this contract. NOTE: All information and input provided in responses to the RFI will be for planning purposes only. It will assist the Army in structuring a clear, precise PWS and the best possible acquisition to deliver the support required to our Warfighters, and help develop a general sense of the industry capabilities in order to ensure fair competition and fair opportunity. SUBMISSION INFORMATION Written interest in this RFI, written comments, and written questions to be answered at the Industry Day shall be submitted 20 calendar days after the RFI release date. All interest, questions, and responses to this RFI shall be submitted electronically to SEC Acquisition Administration (Luxanna.Evangelista1@us.army.mil). ADDITOINAL INFORMATION Draft document of the PWS are posted on the CECOM Life Cycle Management Command Interactive Business Page (IBOP) with this RFI. Interested sources should request access to the IBOP web page at, https://abop.monmouth.army.mil. Help with the IBOP site can be obtained from the web site or by calling (732)-427-1663. Interested parties are responsible for adequately marking proprietary or sensitive information contained in their response. There is no commitment by the Government to issue a solicitation, make an award or awards, or to be responsible for any monies expended by an industry response to this RFI. If a solicitation is released, it will be synopsized in the Federal Business Opportunities website located at http://www.fbo.gov/. All information received in response to this RFI that is marked Proprietary will be handled accordingly. Responses to the RFI will not be returned.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/0e026db118d67bc24b995f8f62e415cb)
 
Place of Performance
Address: CECOM Contracting Center (CECOM-CC) ATTN: AMSEL-AC, Building 1208 Fort Monmouth NJ
Zip Code: 07703-5008
 
Record
SN02175692-W 20100613/100611235058-0e026db118d67bc24b995f8f62e415cb (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.