Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 29, 2012 FBO #3778
SOURCES SOUGHT

D -- FORCE XXI BATTLE COMMAND BRIGADE AND BELOW (FBCB2)PPSS

Notice Date
3/27/2012
 
Notice Type
Sources Sought
 
NAICS
541512 — Computer Systems Design Services
 
Contracting Office
ACC-APG - Aberdeen Division B, HQ CECOM CONTRACTING CENTER, 6001 COMBAT DRIVE, ABERDEEN PROVING GROU, MD 21005-1846
 
ZIP Code
21005-1846
 
Solicitation Number
SS544FBCB2
 
Response Due
4/6/2012
 
Archive Date
6/5/2012
 
Point of Contact
Raymond Perkins, 443-861-8026
 
E-Mail Address
ACC-APG - Aberdeen Division B
(raymond.g.perkins2.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
Market Survey Questionnaire Note: All information is to be provided via electronic mail to both Alvin Doby and Raymond Perkins, at alvin.b.doby.civ@mail.mil and raymond.g.perkins2.civ@mail.mil no later than close of business 10 calendar days from the posting date. This is a Sources Sought Request for Information (RFI) to assess your company's capabilities to supply the services as identified in the attached Performance Work Statement (PWS). Your response is not to be construed as a commitment by the Government to procure any services, or for the Government to pay for the information received. Do not submit a proposal or quote. The Communications and Electronics Command (CECOM) - Software Engineering Center (SEC) supports software for a diverse range of warfighter, business and enterprise systems throughout the software life cycle. From acquisition needs determination to Post Deployment Software Support (PDSS), SEC has positioned itself to respond to and fulfill every customer's need throughout the software life cycle within the timeframes, cost parameters and changing customer requirements. To support this mission, the SEC Command and Control Solutions Directorate (C2SD) performs various activities to support their customers. Contractor services, which are identified in the attached Force XXI Battle Command Brigade and Below (FBCB2) Post Production Sustainment Support (PPSS) Performance Work Statement (PWS), include engineering, graphic design, technical, editorial and administrative activities. Interested capable contractors are invited to provide responses to the following questions stating specific capabilities to address the requirements as mentioned in the attached PWS. Responses should follow this format and be submitted electronically as one complete document not to exceed twenty (20) pages. Should there be proprietary data included with the information provided please clearly mark such information and separate it from the unrestricted information as an addendum. PLEASE NOTE THAT IF A QUESTION BELOW OR A REQUIREMENT IN THE PWS IS NOT ADDRESSED THAT EXPLAINS YOUR COMPANIES SPECIFIC CAPABILITY THE GOVERNMENT WILL ASSUME THE RESPONDENT DOES NOT OR CANNOT MEET THE SALIENT CHARACTERISTICS OF THIS MARKET SURVEY. NO TELEPHONE INQUIRES WILL BE ACCEPTED. 1. Please provide the following Point of Contact information: Company: Address: Point of Contact: Phone Number: Fax Numbers: Email Address: 2. Please identify your company's small business size standard based on the primary North American Industrial Classification System (NAICS) code of 54151 and 1 secondary NAICS codes of 541512. The Small Business Size Standard for this NAICS code is $25.5 million. For more information, refer to http://www.sba.gov/content/table-small-business-size-standards. Large Business Concern Small Business (SB) Concern 8(a) Small Disadvantaged Business (SDB) Woman-Owned Small Business Historically Underutilized Business Zone (HUBZone) Veteran-Owned Small Business Service-Disabled Veteran-Owned Small Business 3. If you identify your company as a Small Business or any of the SB subcategories as stipulated in Question # 2, then is your company interested in a prime contract for the attached PWS? 4. Under the current SB recertification regulations, do you anticipate your company remaining a small business, under primary NAICS Code 54151 and secondary NAICS codes 541512? If you are a SB answer questions 4A & B. All others skip to Question #5. A.If your company is awarded the contract, will you be able to perform at least 50% (percent) of the work? B.If you are a small business, can you go without a payment for 90 days? 5. Does your company possess the capabilities to provide the entire range of services called for in the attached PWS? ______ YES _______ NO 6. If you answered YES to Question # 5, please provide specific capabilities and examples for how your company can provide these services. 7. If you answered NO to Question # 5, please list what services in the PWS your company can provide? Please provide specific capabilities and examples. 8. Is your company planning on business arrangements with other companies, please list the process used in selecting the members? 9. Please provide details regarding proposed joint ventures, teaming arrangements, strategic alliances, or other business arrangements to satisfy requirements of the PWS. Offerors are encouraged to identify teams, indicating each team member's size based upon the NAICS code of the work that the team member may be doing. 10. Is your company currently providing similar services to another government agency (you may also include contract #s for government) or other non-government customer? If so, please identify the agency or non-government customer. If you are unwilling to share your customer's identity, please address whether your company offers the same or similar services commercially 11. Has your Company performed this type of effort or similar type effort (to include size and complexity) in the past, if so provide Contract Number, Point of Contact (POC), e-mail address, phone number, and a brief description of your direct support of the effort? 12. What are the core competencies of your employees that would support the requirements of the PWS? Also, provide the total number of individuals currently employed by your company that are capable of supporting the requirements in the PWS. 13. Do all the employees that would support this PWS have a SECRET Clearance? 14. Does your firm possess an approved Defense Contract Audit Agency (DCAA) accounting system?
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/45325f826563d0a8f9e7fe85739165ec)
 
Place of Performance
Address: ACC-APG - Aberdeen Division B HQ CECOM CONTRACTING CENTER, 6001 COMBAT DRIVE ABERDEEN PROVING GROU MD
Zip Code: 21005-1846
 
Record
SN02707092-W 20120329/120327235845-45325f826563d0a8f9e7fe85739165ec (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.