Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 17, 2010 FBO #3249
SOURCES SOUGHT

R -- Request for Information (RFI) - 160th Signal Brigade Staff Support

Notice Date
10/15/2010
 
Notice Type
Sources Sought
 
NAICS
561110 — Office Administrative Services
 
Contracting Office
ITEC4, Fort Huachuca DOC (NCR-CC), ITEC4 Contracting, Bldg. 61801, Room 3212, Fort Huachuca, AZ 85613-5000
 
ZIP Code
85613-5000
 
Solicitation Number
W91RUS-10-R-0028
 
Response Due
11/12/2010
 
Archive Date
1/11/2011
 
Point of Contact
Russell L. Robinson, 520-538-3573
 
E-Mail Address
ITEC4, Fort Huachuca DOC (NCR-CC)
(russell.l.robinson@us.army.mil)
 
Small Business Set-Aside
N/A
 
Description
Current Contract Number: W91RUS-06-C-0046 Name of Incumbent: General Dynamics Information Technology Current Estimated Dollar Value over life of contract: $84.4 million Current Period of Performance: 01-JAN-2007 through 31-DEC-2011 Description: The U.S. Army Contracting Command National Capital Region Contracting Center-Division C (NCRCC), on behalf of The United States Army, Network Enterprise Technology Command (NETCOM)/9th Signal Command (Army), is seeking information on capable business sources that can provide personnel for Staff Support in Southwest and Central Asia in support of the 160th Signal Brigade, its subordinate units. Background: The mission of the U.S. Army Network Enterprise Technology Command/9th Signal Command (Army) (NETCOM/9th SC(A)), 160th Signal Brigade (160th Sig Bde) is to maintain a forward-stationed, theater strategic Signal Brigade. This contract supports the 160th Sig Bde and its subordinate battalions' mission in support of the U.S. Army Central Command (ARCENT) and the U.S. Central Command (CENTCOM) for their area of responsibility (AOR). This contract facilitates the 160th Sig Bdes responsibilities and provides for more efficient operations in this AOR. Subordinate commands currently include the 25th Signal Battalion, the 54th Signal Battalion, and the Expeditionary Signal Battalion, but could change as the mission of the 160th Sig Bde changes. Scope: The Contractor shall provide staff support services in the areas of Administrative support, Operations support, and Logistics Support to the 160th Sig Bde and their subordinate commands within the CENTCOM AOR, which is roughly defined as being located in Southwest Asia and Central Asia. The Contractor shall provide all management and personnel required to perform the Brigade and Battalion staff support services. Current locations to be supported are the 160th Sig Bde located in Kuwait; the 25th Signal Battalion located in Qatar and Afghanistan; the 54th Signal Battalion Kuwait; and the rotational 151st Expeditionary Signal Battalion located in Iraq. The Contractor shall also provide staff support to military forces during exercises and contingency missions. If the contractor workforce has to be increased, it will be handled under the Changes Clause. The Contractor shall be required to continue performance during hostilities in accordance with Section H, Special Contract Provisions. This is a market survey for information only. THIS IS NOT A REQUEST FOR PROPOSALS AND NO CONTRACT WILL BE AWARDED FROM THIS SOURCES SOUGHT SYNOPSIS. The purpose of this synopsis is to gain knowledge of interest, capabilities, and qualifications of vendors who can support this requirement. The anticipated contract type is Indefinite Delivery Indefinite Quantity (IDIQ) with Cost-Plus-Fixed-Fee (CPFF) and/or Firm-Fixed Price (FFP)Task Orders. The anticipated contract is expected to have a 90-day phase-in period, a one-year base period and four one-year option periods. The NAICS Code is 561110 and the size standard is $7 million. SUBMISSION INSTRUCTIONS: If you believe your firm qualifies under the aforementioned criteria and has qualified personnel, relevant past performance experience, and the technical capability to perform the type of work specified in the draft Performance Work Statement, please submit a technical capability statement including the following information: (1) company name and mailing address (2) point of contact (name, telephone number, and e-mail address) (3) socio-economic status (small business, small disadvantaged business, woman-owned business, veteran-owned business, etc.) (4) a brief statement describing how your company might propose to perform the percentage of work specified in FAR Clause 52.219-14 (b)(1) i.e. a single small business or an affiliation and/or team of small businesses (Note: if more than one firm is contemplated, identify the socio-economic status of each and identify which aspects of the draft PWS will be performed by each firm) (5) number of employees (6) revenue for the past 3 years and (7) a brief summary of your companys experience and past performance within the past 3 years as it relates to the magnitude and scope of the requirements outlined in the draft PWS. Each company experience (Government or commercial) should include (a) name of project (b) brief description of project (c) contract or project number (d) client/customer point of contact (name, address, phone number, e-mail address) (e) dollar value of the contract/project (f) period of performance of the contract/project and (g) relevance of contract/project to requirements in the draft PWS. The technical capability statement can be submitted in your format and shall not exceed 15 pages in its entirety (inclusive of cover letter, table of contents, tables, etc.). The Government requests that the following information be provided in your statement: "Capability to support the draft PWS requirements in SWA/CA at approx. 8 locations, 4 countries dispersed throughout Iraq, Kuwait, Afghanistan, and Qatar "Ability to recruit and retain approximately 61 contractor support personnel "Ability to obtain Host Nation Sponsorship in Qatar and Kuwait "Reach back support capabilities during hostilities (including processing personnel through the Combat Readiness Center and utilizing the Synchronized Predeployment Operational Tracker System to process Letters of Authorization for deployed contractor support personnel) "Comments on the appropriateness of the anticipated contract type. ( i.e. multiple award versus single award, pricing arrangements) "Comments on the appropriateness of the NAICS code No reimbursement will be made for any costs associated with providing information in response to this RFI or any follow-up information requests. Submit responses via e-mail to the Point of Contact, Russell L. Robinson at russell.l.robinson@us.army.mil by 1:00p.m., MST, 12 November 2010. REFERENCE MATERIAL ATTACHED: Draft copies of the PWS, Estimated Technical Staffing and DD Form 254, Department of Defense Contract Security Classification Specification. NOTE: Only the stated reference material listed above are available to industry at this time.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/86bd816e7ab65e0bb639981fc872dab1)
 
Place of Performance
Address: ITEC4, Fort Huachuca DOC (NCR-CC) ITEC4 Contracting, Bldg. 61801, Room 3212 Fort Huachuca AZ
Zip Code: 85613-5000
 
Record
SN02311961-W 20101017/101015233959-86bd816e7ab65e0bb639981fc872dab1 (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.