Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 03, 2012 FBO #3997
SOURCES SOUGHT

R -- Request for Information - Persistent Threat Detection Systems

Notice Date
11/1/2012
 
Notice Type
Sources Sought
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of the Army, Army Contracting Command, ACC-APG - Aberdeen Division C, 6001 COMBAT DRIVE, ABERDEEN PROVING GROU, Maryland, 21005-1846, United States
 
ZIP Code
21005-1846
 
Solicitation Number
MRC-1007
 
Archive Date
11/28/2012
 
Point of Contact
Matthew C. Ebner, Phone: 443-861-5392
 
E-Mail Address
matthew.c.ebner.civ@mail.mil
(matthew.c.ebner.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a Request for Information (RFI) and should not be construed as a Solicitation Announcement, Invitation for Bids, Request for Quotations, or a Request for Proposals. After reviewing the Description of Requirements currently posted to FEDBIZOPS, interested capable Contractors are invited to provide responses to the following questions. Please provide responses if you can support the entire requirement. Responses should follow this format and be submitted electronically as one (1) complete document. This RFI is for informational purposes only and is not to be construed as a commitment by the Government to acquire any products or services, or for the Government to pay for the information received. Responses to this Source Sought are due by 1200 EST (APG, MD) 13 November 2012. Please submit all RFIs to Matthew Ebner, Contract Specialist, matthew.c.ebner.civ@mail.mil. Subject line must read RFI MRC-1007 "Company Name". Additionally, your response will be treated only as information for the Government to consider. You will not be entitled to payment for direct or indirect costs that you incur in responding to this RFI. Furthermore, this request does not constitute a solicitation for proposals or the authority to enter into negotiations to award a contract. No funds have been authorized, appropriated or received for this effort. The information provided may be used by the Army in developing its acquisition strategy, Statement of Work/Performance Work Statements and/or Statement of Objectives. Interested parties are responsible to adequately mark proprietary, restricted or competition sensitive information contained in their response accordingly. 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 $14,000,000.00. 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 requirement? 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 this requirement? 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 needs of the requirement? Also, provide the total number of individuals currently employed by your company that are capable of supporting the requirements. 12. Does your company have a TOP SECRET facility or access to one should it be required? 13. Do all the employees that would support this requirement have a TOP 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 provide similar products, including a customer/company name, point of contact, phone number, and address/e-mail where they can be reached. The purpose of this Sources Sought Announcement is to identify potential sources with the technical capability and necessary resources to provide operations and sustainment services for a total of sixty-five (65) Persistent Threat Detection Systems (PTDS) Outside of the Continental United States (OCONUS). Desired performance metric baseline for operational availability (Ao) for each system shall be no less than ninety percent (90%). Contract transition phase-in must be completed within ninety (90) days and shall ensure no interruption of OCONUS PTDS operations during transition. Services required will include but are not limited to the following: • Provide Operator/User-Level Maintainer personnel to support twenty-four (24) hours a day / seven (7) days a week aerostat operations for the sixty-five (65) OCONUS fielded PTDS. A rough estimate of required qualified Operator/Use-Level Maintainer personnel per system is estimated at nine (9) to ten (10). Operations and User level maintenance tasks include but are not limited to operating the system, performing preventative maintenance checks and services, troubleshooting, removing and replacing Line Replaceable Units, removing and replacing payloads, data recording and reporting, installing and de-installing the system with the equipment manufacturer, and applying system updates. Operators/User-Level Maintainer requirements shall be optimized to perform all functions to operate the system in support of tactical operations and perform maintenance, troubleshooting, and field repair tasks to maintain the Ao. One (1) Operator/User-Level Maintainer is required to be a Site System Administrator at each site. • Provide qualified personnel to staff and run the OCONUS operation support center(s) to collaborate with various regional centers to report operational data and provide PTDS site assistance and lessons learned. • Provide OCONUS logistics management services for the sixty-five (65) fielded PTDS, including establishing system accountability for PTDS and their support equipment, inventory level tracking, and pack wrap ship requirements. Potential sources with capability and qualifications to demonstrate ability to satisfy all of the requirements specified herein shall comply with the following in providing written responses only to include supporting data to the POC identified: • Address in detail with supporting data company's recent relevant work performance and/or current work experience in the performing similar efforts with the same level of complexity and scale for the U.S. Government. Company may provide work experience and past performance data related to affiliated companies and as such that work experience and past performance data will be identified as to the affiliated company submitting a response. • Provide company personnel resume profile in a word document summarizing technical support personnel, and inventory supply control and logistics management expertise. • Demonstrate company's experience or ability to understand PTDS concept of operations and inventory control, supply chain and logistics management efforts. • Demonstrate company's capability to provide qualified Operators/User-Level Maintainers for PTDS as well as a qualified technical support staff immediately upon contract award. • Demonstrate company's capability to coordinate in-theatre activities including reporting between Afghanistan sites and among Afghanistan and CONUS sites, personnel life support requirements, transportation requirements, and provisioning and maintaining necessary support equipment. • Demonstrate company's capability to provide reliable and quality inventory management for PTDS at each site in theatre. Response to this particular requirement must delineate strategy, complexity, and scale. • Demonstrate company's capability to satisfy TOP SECRET Clearance requirements with access to Sensitive Compartmented Information (SCI) to satisfy requirements. • Demonstrate company's capability to meet the policy and manual requirements for Hazardous Materials (HAZMAT), including Resource Conservation and Recovery Act of 1976 (Public law 95-609); Code of Federal Regulations, title 40, parts 261, 264, and 265; Environmental Protection Agency Manual 17; AR 200-1: Environmental Protection and Enhancement; UR 55-4: Joint Transportation of Hazardous Material; DRMO Environmental Customs Assistance Handbook; AFMAN 24-204(I): Preparing Hazardous Materials for Military Air Shipments; and Title 49, Code of Federal Regulations (CFR) Transportation.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/ad38d31d31fa65b43a2a00f54b03369b)
 
Record
SN02922988-W 20121103/121101234635-ad38d31d31fa65b43a2a00f54b03369b (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.