Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 13, 2013 FBO #4158
SOURCES SOUGHT

A -- AGC SETA Support

Notice Date
4/11/2013
 
Notice Type
Sources Sought
 
NAICS
541330 — Engineering Services
 
Contracting Office
USACE Geospatial Center, CONTRACTING DIVISION, 7701 TELEGRAPH RD BLDG 2592, ALEXANDRIA, VA 22315-3864
 
ZIP Code
22315-3864
 
Solicitation Number
W5J9CQ-13-R-0007
 
Response Due
4/29/2013
 
Archive Date
6/10/2013
 
Point of Contact
Zachary Garst, 703-428-6632
 
E-Mail Address
USACE Geospatial Center
(zachary.garst@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
This sources sought synopsis is for information and planning purposes only; it is not to be construed as a commitment by the Government. A contract may not be awarded as a result of this sources sought. The US Army Corps of Engineers, Army Geospatial Center (AGC), has a requirement for non-personal services in the areas of engineering, information technology, technical operations and professional services in support of the U.S. Army Geospatial Center (USAGC) and its customers, both in the continental United States (CONUS) and at other than continental United States (OCONUS) locations that may occur during wartime and in hazardous locations. Requirements will include: (1) Systems Engineering and Technical Assistance (SETA) support for various efforts including Joint and Coalition Targeting and Fires Coordination, and Humanitarian Assistance and Disaster Relief (HADR). There is the potential to expand SETA support into areas of Cyber Technology and Security, Stability Operations, Personnel Recovery, and existing capabilities such as the National Automated Coordination System (NACS), the Joint Automated Deep Operations Coordination System (JADOCS), and the DoD Defense Support to Civil Authority Automated Support System (DDASS). The SETA support includes planning, collection and analysis of data, proof of concept efforts, experiments, exercises, demonstrations (to include logistics demonstrations), configuration management and any other areas of consideration. (2) Information technology support for the USAGC Integration and Evaluation Center (IEC), and the Joint and Coalition C4I Experimentation Lab (JACCEL) that includes maintaining the network infrastructures both secret and unclassified, architecture development, IT applications and providing other enterprise solutions. (3) Fabrication and integration of hardware and software. (4) Operation, maintenance and training on Command, Control, Communications, Computers, Intelligence, Surveillance and Reconnaissance (C4ISR) systems and applications. (5) Implementing new Tactics, Techniques and Procedures (TTPs), to include in Intelligence Community areas. (6) Incorporating various geospatial technologies for various Military Services training and doctrine organizations as it relates to weapons and C4ISR systems consistent with The Doctrine, Organization, Training, Material, Leadership, and Education, Personnel and Facilities (DOTMLPF). (7) Providing technical and business process expertise and analysis for support of acquisition program documentation. (8) Process and analyze financial and manpower data. (9) Liaison to the Services and COCOMS. (10) Rapid Prototyping. and (11) Modeling and Simulation efforts. Individual task orders may include data classified up to TOP SECRET. The contractor team must maintain active Government security clearances, certifications, and experience to provide immediate support to the AGC and Warfighting customers worldwide. In addition to having a comprehensive knowledge of the various programs the IT/SETA contractor is required to have expertise in the technologies under development and their associated technical and concept of operation (CONOP). Experience with the systems into which program(s) are able to potentially transition its products is also a requirement. Experience with the C4ISR tactical and strategic operational environment in which the C4ISR systems and organizations are employed is also required. The IT/SETA's duties include performance of technical planning and analysis functions necessary to assist in the successful demonstration, evaluation and transition of the program's technologies, operational software tool sets, CONOPs and TTPs. This shall take advantage of engineering practices, physical and life sciences, Geospatial Information Sciences (GIS) and military operational concepts and the DoD acquisition processes. The IT/SETA support contractor must have experience and expertise in instructional systems technologies to include course development, training evaluation, and platform instruction. The instruction development expertise will require domain knowledge in the C4ISR field and related military activities. The financial and administrative support includes detailed knowledge of the accounting processes used by the various programs. Experience with the implementation and monitoring of Government contracts is imperative. Various programs and organizations have a need for state-of-the-art Information Technology IT/SETA products and services. The contractor providing IT/SETA industry services must have expertise in a variety of hardware platforms (work stations, servers, routers, hubs, etc.), and applications. The IT/SETA contractor will perform technical assessments and risk analyses of proposed IT/SETA solutions. The AGC intends to satisfy these requirements through the competitive Small Business Administration (SBA) 8(a) program or under full and open procedures. The capability package for this sources sought market survey is not expected to be a proposal, but rather statements regarding the company's existing experience in relation to the required support services identified above. Only 8(a) small disadvantaged businesses are to submit capability packages. Interested small businesses that are certified and qualified as an 8(a) small disadvantaged business concern under NAICS code 541330 Engineering Services with a size standard of $14.0M are encouraged to submit their capability packages. Capability packages must not exceed 15 pages and must be submitted electronically. Small businesses are to outline their experiences in the 11 areas identified above. Areas where a potential Offeror does not have prior experience should be annotated as such. In addition, the following questions must be answered and elaborated on as part of the package: (1) Company Information: Please provide your company's name, point of contact (POC), address, phone number, and business size under NAICS code 541330. (2) Past Performance: Does your firm have the relevant past performance within the last three years? If so please provide contract numbers, contract type, dollar value of each contract, point of contacts (preferably the Contracting Officier's Technical Representative (COTR)), and a brief description of the work performed. (3) Technical Experience: Does your firm have the work experience similar in nature, scope, complexity, and difficulty of work as indicated in this sources sought? Has your firm provided similar services/support for the Department of Defense or the Army Geospatial Center? Does your firm have the security clearances required to perform this work? (4) In order to meet the requirements indicated herein will your company be establishing a joint venture with another company? If so, list the names and provide the company's general information. If at least two responsible 8(a) small disadvantaged business concerns are determined by the Government to be capable of performing this requirement based on an evaluation of the capability packages submitted by 10:00 am EST, on 29 April 2013, the requirement will be solicited as a competitive 8(a) set-aside in accordance with DFARS 219.805. If capability packages are not received, from at least two responsible 8(a) small disadvantaged business concerns, by the response date, or if the Government determines that no small businesses are capable of performing this requirement based upon an evaluation of the capability packages submitted, this requirement will be solicited under full and open procedures. To assist us in maintaining a list of interested 8(a) small disadvantaged businesses for this potential procurement, please provide your response to this request via email to: zachary.garst@usace.army.mil and Nilda.e.lugo@usace.army.mil An Indefinite Delivery Indefinite Quantity (IDIQ) contract with the option to award both firm fixed price and cost-reimbursable task orders is anticipated. The anticipated period of performance will be for one (1) twelve (12) month base ordering period starting around August 2014 and will include four (4) twelve (12) month option ordering periods. The place of performance will be at a government installation or regional location (CONUS or OCONUS) or at the contractor's location. The place of performance will be indicated on individual task orders. Contractor personnel working on a government site will require a current Secret clearance for all support tasks with the exception of Security positions which require Top Secret Clearances. Contractors are responsible for all costs for submitting their capability packages. POC is Zachary Garst. NOTE: Issuance of this notice does not constitute any obligation on the part of the Government to procure these services; issue a solicitation; nor notify respondents of the results of this RFI. No solicitation documents exist at this time. The Government will not pay for information submitted in response to this RFI and responses to this notice cannot be accepted as offers. Any information the Contractor considers proprietary should be clearly marked as such.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/1da96b1d535f65358477e14b22fa88e9)
 
Place of Performance
Address: USACE Geospatial Center CONTRACTING DIVISION, 7701 TELEGRAPH RD BLDG 2592 ALEXANDRIA VA
Zip Code: 22315-3864
 
Record
SN03034309-W 20130413/130411235012-1da96b1d535f65358477e14b22fa88e9 (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.