Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 25, 2013 FBO #4080
MODIFICATION

A -- Technical and Operations Support

Notice Date
1/23/2013
 
Notice Type
Modification/Amendment
 
NAICS
541712 — Research and Development in the Physical, Engineering, and Life Sciences (except Biotechnology)
 
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
W15P7T13RA602
 
Response Due
1/25/2013
 
Archive Date
3/24/2013
 
Point of Contact
Gibao E. Kani-Goba, 443-861-4637
 
E-Mail Address
ACC-APG - Aberdeen Division B
(gibao.e.kani-goba.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
MARKET RESEARCH Communications-Electronics Research Development & Engineering Center (CERDEC) Headquarters (HQ) at Aberdeen Proving Grounds (APG) Maryland (MD). Sources Sought W15P7T-13-R-A602 The Army Contracting Command, Aberdeen Proving Ground is conducting a market research in support of The United States (US) Communications-Electronics Research Development & Engineering Center (CERDEC) HQ. The period of performance is twelve (12) month base period and twelve (12) month option period. The combined total against this IDIQ would be an estimated amount of $9 (Nine) Million. Synopsis: This is a Request for Information (RFI) only. Do not submit a proposal or quote. After reviewing the Description of the Requirements currently posted to FEDBIZOPS, interested capable contractors are invited to provide responses to the following questions. Please provide responses if you can support some or the entire Requirements, highlighting the specific areas. Responses should follow this format and 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 Contract: 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 (enter code) - Title. The Small Business Size Standard for this NAICS code is $ (enter appropriate dollar amount for the NAICS code). For more information, refer to http://www.sba.gov/content/table-small-business-size-standards. Large Business Concern Small Business (SB) Concern 8A Small Disadvantaged Business (SDB) Women-Owned Small Business Historically Underutilized Business Zone (HUBZone) Veteran-Owned Small Business Service-Disable 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 the primary NAICS Code 541712? If you are a SB answer questions 4A and B. All others skip to Question #5. A. If your company is awarded the contract, will you 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. Is your company planning on business arrangements with other companies, please list the process used in selecting the members? 6. Please provide details regarding proposed joint ventures, teaming arrangements, strategic alliances, or other business arrangements to satisfy the requirements. Offerors are encouraged to identify teams, indicating each team member's size based up the NAICS code of the work that the team member may be doing. 7. Is your company currently providing similar services to another government agency (you many also include contract number(s) for government) or other non-government customer? If so, please identify the agency or non-government customer. If you are willing to share your customer's identity, please address whether your company offers the same or similar services commercially. 8. 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(s), Point of Contact(s) (POCs), e-mail address, phone number, and a brief description of your direct support of the effort? 9. 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 capable of supporting the requirements. 10. Does your company have the ability to store/transmit TOP SECRET Sensitive Compartmental Information (SCI)? 11. Do all your employees that would support this Requirement have at least a SECRET Clearance? 12. Does your firm possess an accounting system adequate for determining cost applicable to a specific contract? 13. 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 and attached PWS. Also, identify your company's past and current customers to which you provided similar products/services, including customer/company name(s), POCs, phone number, and address/e-mail where they can be contacted. 14. Can you comply with the Limitation on Subcontracting Clause - 52.219-14? GENERAL: Refer to PWS paragraph 1.1: The contractor shall provide technical, organizational, program management, operational and administrative support to Communications-Electronics Research Development & Engineering Center (CERDEC) Headquarters (HQ) at Aberdeen Proving Grounds (APG) Maryland (MD). The purpose of the support is to meet major functional responsibilities with respect to the software development lifecycle of CERDEC software applications, content management, laboratory network engineering, computer forensics, graphical computer support, information assurance, and administrative assistance. PERIOD OF PERFORMANCE/PLACE OF PERFORMANCE/SECURITY Refer to PWS paragraphs 1.4 and 1.8: The period of performance shall be twelve (12) months from date of award with one (1) twelve (12) month option periods. Performance will take place at CERDEC HQ in APG MD. The Government COR reserves the right to approve on a case by case basis remote work at no costs to the Government. The contractor will be required to have a Top Secret facility clearance with NO safeguarding requirements. The contractor will require access to FOUO information and to the SIPRNET. In performing this contract, the contractor will have access to classified information at CONUS Government facilities. All roles are required to support up to the Secret level. Roles that require support up to the Top Secret level are noted in the subsections of PWS section 3. Description of Effort: Refer to PWS section 3: While CERDEC is a research and development organization this contract is for support to the headquarters Chief Information Office for business support. The effort includes enterprise application lifecycle support to enterprise business systems including application development, content management, technical writing, network engineering, test, and information security. The effort includes network engineering support to the backbone and servers of a research and development network that supports approximately two thousand (2000) users. The effort includes graphical, publication, and display support to very important person (VIP) level members of the CERDEC headquarters. The effort includes administrative support to the Chief Information Officer. RESPONSES: Responses should be submitted no later than close of business 28 January 2013. Information submitted does not constitute a proposal. Email responses should be limited to 25 pages total in a 12 point font (Times New Roman), and delivered to the following address: gibao.e.kani-goba.civ@mail.mil Contracting Office Address: ACC-APG- Aberdeen Division A, HQ CECOM CONTRACTING CENTER 6001 COMBAT DRIVE, ABERDEEN PROVING GROUND, MD 21005 Point of Contacts: Gibao Emmanuel Kani-Goba, 443-861-4637
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/51d7181af0e8da6aa999c8c6f6c92f82)
 
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
SN02971006-W 20130125/130123234811-51d7181af0e8da6aa999c8c6f6c92f82 (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.