Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 26, 2012 FBO #3806
SOURCES SOUGHT

D -- Program management, operational and technical efforts, logistics, program analysis, independent assessments of new and existing technologies, and budget support.

Notice Date
4/24/2012
 
Notice Type
Sources Sought
 
NAICS
541330 — Engineering 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
MRC-0544
 
Response Due
4/30/2012
 
Archive Date
6/29/2012
 
Point of Contact
Matthew Ebner, 443-861-4726
 
E-Mail Address
ACC-APG - Aberdeen Division B
(matthew.c.ebner.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a Request for Information (RFI) only. Do not submit a proposal or quote. After reviewing the Description of Requirements currently posted to FEDBIZOPS, interested capable contractor are invited to provide responses to the following questions. Please provide responses if you can support some or the entire Requirement, highlighting the specific areas. Responses should follow this format and be submitted electronically as one complete document. This RFI is for informational purposes only and is not to be construed as a commitment by the Government to procure any items/services, or for the Government to pay for the information received. 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 541330 - Professional, Scientific, and Technical Services - Engineering Services. The Small Business Size Standard for this NAICS code is $4,500,000.00. 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 541330 - Professional, Scientific, and Technical Services - Engineering Services? 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 have experience as a prime contractor administering Multiple Award Contracts (MACs)? 6. If you answered "yes" to Question # 5, please provide as much of the following information as possible; A. MAC contract number(s); B. aggregate dollar value of entire MAC contract; C. aggregate dollar value of task orders you prime on each MAC; D. number of task orders you prime on MAC; E. Is the work on each MAC similar in scope to that of the attached PWS? 7. Is your company planning on business arrangements with other companies, please list the process used in selecting the members? 8. Please provide details regarding proposed joint ventures, teaming arrangements, strategic alliances, or other business arrangements to satisfy requirements. 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. 9. 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 10. 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? 11. What are the core competencies of your employees that would support the requirements? Also, provide the total number of individuals currently employed by your company that are capable of supporting the requirements. 12. Does your company have the ability to store/transmit TOP SECRET Sensitive Compartmented Information (SCI)? 13. Do all the employees that would support this Requirement have at least a SECRET Clearance? 14. Does your firm possess an approved Defense Contract Audit Agency (DCAA) accounting system? 15. Interested companies may also provide a "White Paper" (no more than 20 pages in length) describing how its products and technical expertise could produce and deliver such capabilities as described in the information below. Also, identify your company's past and current customers to which you provided similar products, including a customer/company name, point of contact, phone number, and address/e-mail where they can be contacted. Synopsis: This Performance Work Statement (PWS) establishes requirements for Contractor-provided services to Program Executive Office for Intelligence, Electronic Warfare, and Sensors (PEO IEW&S). Contractor may perform these services in conjunction with all new and existing C4ISR system of systems, family of systems, platforms, systems, subsystems and items. The following definitions apply: a.Platform. A combination of hardware, software/firmware, structures, and personnel that provides a dedicated function serving a Government requirement. To this extent, platforms include, but are not limited to, aircraft, wheeled vehicles, watercraft, electronics equipment, shelters, ground support equipment, support structures, and the soldier. b.System. A combination of hardware and software/firmware that performs a dedicated function serving a Government requirement. c.Subsystem. Electronic/mechanical/structural hardware, associated components/parts, and/or software/firmware that performs an essential function in support of one or more systems. d.Item. A distinct, serviceable, and/or replaceable element, part, component, assembly/subassembly, or tool that performs a critical function within a subsystem, system, or platform e.System of Systems. A combination of platforms, systems, and personnel that provides a capability to satisfy a Government requirement. To this extent, system of systems include, but are not limited to Army Battle Command Software (ABCS), collections of communication equipment and Brigade Combat Teams or other echelons of the force. f.Family of Systems. A combination of systems which form an interoperable collection of systems from various services and agencies, designed to meet similar missions in the individual services. To this extent, Global Command and Control Systems for each service and DISA for the Joint Force make up a family of systems. GENERAL The contractor shall provide assistance to PEO-IEWS in program management, operational and technical efforts, logistics, program analysis, independent assessments of new and existing technologies, and budget support as outlined in the paragraphs below. The contractor shall also conduct assessments, evaluations, reviews, studies, and analysis of DoD 5000 and updates and other applicable regulations to assist the PEO-IEWS in planning and adherence to all elements of cost, schedule, and performance throughout the programs lifecycle. Services provided by this contract cover a broad range of program support functions within PEO IEW&S Headquarters and its Program Offices and the contractor shall demonstrate their technical knowledge in the following areas: Airborne Reconnaissance and Exploitation Systems Aircraft Survivability Equipment Army Special Programs/Tactical Exploitation of National Space Capabilities Programs Distributed Common Ground Systems Electronic Warfare Navigations Systems Night Vision/Reconnaissance, Surveillance and Target Acquisition. PERIOD OF PERFORMANCE / PLACE OF PERFORMANCE/ SECURITY The place of performance shall be at PEO IEW&S, Aberdeen Proving Ground (APG), Maryland or Contractor Facility. Able to store/transmit TOP SECRET Sensitive Compartmented Information (SCI) but have an overall Secret Facility. DESCRIPTION OF SERVICE The contract tasks will include Research and Development (R&D), Technology Insertion/Systems Integration, Engineering and Technical Documentation Support, Software/Hardware Engineering, Test and Evaluation, Information Assurance (IA) Support, Executive Leadership Offsite, Acquisition Support, Program and Budget Documentation, Program/Budget Scheduling and Planning, Program Management Support, Change Management Services, Graphics, High End Motion Video and Animation, Website Design and Maintenance, Marketing and Education, and Conference Planning and Support.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/a241599e505bffa7c0e66f8ba96612cc)
 
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
SN02729629-W 20120426/120424235117-a241599e505bffa7c0e66f8ba96612cc (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.