Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 13, 2011 FBO #3368
MODIFICATION

D -- Systems Engineering Process and Management Support

Notice Date
2/11/2011
 
Notice Type
Modification/Amendment
 
NAICS
541330 — Engineering Services
 
Contracting Office
Defense Information Systems Agency, Procurement Directorate, DITCO-NCR, P.O. 4502, Arlington, Virginia, 22204-4502, United States
 
ZIP Code
22204-4502
 
Solicitation Number
SystemsEngineeringProcess
 
Archive Date
3/3/2011
 
Point of Contact
Nichole C. Cabral, Phone: 3016776087, Michael D. Jackson, Phone: 3016775538
 
E-Mail Address
Nichole.Cabral@disa.mil, michael.jackson2@disa.mil
(Nichole.Cabral@disa.mil, michael.jackson2@disa.mil)
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
Request for Information (RFI) for Systems Engineering Process and Management Support for Joint Command and Control (C2) Capabilities 1.0 Description: This sources sought announcement is published for market research purposes only. This market research will be used to help identify Service-Disabled Veteran-Owned Small Business (SDVOSB) and/or any Small business sources in the market. Preference will be given to SDVOSB first and then other small businesses. Request that prospective offerors complete and return a Capabilities Statement as described below to determine which contractors possess the capability, experience and financial ability to provide continued comprehensive process and management activities support to the C2 Systems Engineering & Integration Branch (CC5) of the Program Executive Office Command and Control Capabilities (PEO C2C). This should not be construed as a commitment by the Government to issue a solicitation or ultimately award a contract, nor does it restrict the Government to a particular acquisition approach or otherwise reimburse respondents for any costs incurred in preparation of a response to this notice. This effort is currently under contract to Science and Technology Associates, with a Period of Performance ending in May 2011. 2.0 Background: The Joint C2 capabilities will be a federated set of C2 programs that will form a joint system that allows seamless integration of information for the Chairman, Joint Chiefs of Staff (CJCS), the Combatant Commanders (COCOMs), and the Military Services providing joint and multinational operations into the 21st century. The system supports the President, Vice President, Secretary of Defense, CJCS, COCOMs, and Services by providing synchronized operations from dispersed locations and provides joint Command, Control, Communications, Computers, and Intelligence (C4I) to support the entire force projection cycle. It provides responsive command and control, the capability to assess the level of success, and retain flexibility to re-engage with precision by allowing the Joint Task Force (JTF) commander the ability to maintain dominant battlefield awareness through a fused, integrated, near real-time picture of the battle space. 3.0 Requested Information: Interested SDVOSB or other small businesses are requested to submit a maximum 6 page capability statement of their ability and experience to perform the following: 1. Project planning, scheduling, facilitating, meetings, program support, admin support, acquisition strategies and concepts, system engineering process and refinement, and technical studies and analysis. 2. The contractor selected to deliver this capability must be able to understand, interpret, and provide subject matter expertise in Joint Command and Control; agile processes for capability development, integration, and testing; systems engineering processes; modeling and simulation; and DoD program acquisition. The Government is contemplating a Firm Fixed Price (FFP) contract. The term of the resulting contract will be a four year period (base period plus three option years). 4.0 Sources Sought: Respondents shall classify their company using the following North American Industry Classification System (NAICS) Code: 541330 Engineering Services 5.0 Questions and Responses: Questions regarding this RFI shall be submitted in writing by email to the Contracting Officer and Contract Specialist. Verbal questions will NOT be accepted. Questions will be answered by posting answers to the Federal Business Opportunities (FedBizOpps) website; https://www.fbo.gov/; accordingly, questions shall NOT contain proprietary or classified information. The Government does not guarantee that questions received after 09 February 2011, will be answered. Responses to this RFI are to be submitted in writing by email to the Contracting Officer and Contract Specialist and received by 11:00 AM EST, 16 February 2011 to be considered by the Government. Responses should be single-spaced, Times New Roman, and12 point font with one inch margins, and compatible with MS Office Word 2007. Late responses will not be considered. Responses should provide the business's DUNS number and CAGE code and include a statement of self certification under the NAICS code. Additionally, responses should include recent (within the past three years or work that is on-going) and relevant experience (work similar in type, scope and complexity) to include contract numbers, project titles, dollar amounts, and points of contact with telephone numbers. Provide a list of the current contract vehicles your services may be procured from, to include the General Service Administration (GSA), Federal Supply Schedule (FSS), and any other government contract vehicle. Marketing brochures and/or generic company literature will not be considered. Not addressing all the requested information may result in the Government determining the responder is not capable of performing the scope of work required. Points of Contact: Nichole Cabral Contract Specialist Email: nichole.cabral@disa.mil Office: (301) 677-6087 Michael Jackson Contracting Officer Email: Michael.Jackson2@disa.mil Office: (301) 677-5538 6.0 Summary: THE GOVERNMENT DOES NOT INTEND TO AWARD A CONTRACT ON THE BASIS OF THIS RFI OR REIMBURSE ANY COSTS ASSOCIATED WITH THE PREPARATION OF RESPONSES TO THIS RFI. This RFI is issued solely for information and planning purposes and does not constitute a solicitation. DISA has not made a commitment to procure any of the items discussed and release of this RFI should not be construed as such commitment or as authorization to incur cost for which reimbursement would be required or sought. Proprietary information and trade secrets, if any, must be clearly marked on all materials. All information received that is marked proprietary will be handled accordingly. Please be advised that all submissions become Government property and will not be returned. The Government shall not be held liable for any damages incurred if proprietary information is not properly identified. The information provided in response to this RFI will be used to determine how to proceed in the acquisition process for In accordance with FAR 15.201(3), responses to this RFI are not offers and cannot be accepted by the Government to form a binding contract. If a solicitation is released, it will be synopsized on the Federal Business Opportunities (FedBizOpps) website. It is the responsibility of the potential offerors to monitor these sites for additional information pertaining to this requirement.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DISA/D4AD/DTN/SystemsEngineeringProcess/listing.html)
 
Place of Performance
Address: DISA Skyline 7, 5275 Leesburg Pike, Falls Church, VA 22041, Approximately 29 April 2011 DISA will be moving to the following location:, DISA, 6914 Cooper Avenue, Ft. Meade, MD 20755, United States
Zip Code: 20755
 
Record
SN02378295-W 20110213/110211234136-2fa205d7e705a54775e53aa7ffdfe252 (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.