Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 11, 2013 FBO #4247
SOURCES SOUGHT

D -- Request for Information (RFI)/Sources Sought Notice for Operation Centers Support.

Notice Date
7/9/2013
 
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
W15P7T-13-C-0042
 
Response Due
7/15/2013
 
Archive Date
9/7/2013
 
Point of Contact
Alexander Garcia, 443-861-4942
 
E-Mail Address
ACC-APG - Aberdeen Division B
(alexander.garcia98.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a request for information (RFI) / SOURCES SOUGHT SYNOPSIS. This request is not a solicitation (Request for Proposal or Request for Quotations) or a promise to issue a solicitation in the future. The purpose of this request for information is in support of market research being conducted by Army Contracting Command- Aberdeen Proving Ground and Program Management Office (PMO) Joint Battle Command-Platform (JBC-P) to identify potential sources and gather information on current capabilities within the market. This synopsis is for planning purposes only and is NOT to be construed as a commitment by the Government nor will the Government pay for information solicited hereunder. All costs associated with responding to this RFI will be solely at the responding party's expense. This effort is anticipated to be solicited for small businesses. The United States (U.S.) Army Contracting Command-Aberdeen Proving Ground (ACC-APG) is conducting market research in accordance with Federal Acquisition Regulation (FAR) Part 10 to identify potential Small Businesses that have the skills, experience, knowledge, and capabilities required to manage, maintain, operate, sustain, and support the following, but not limited to, Operations Centers: Force XXI Battle Command-Brigade & Below/Blue Force Tracking (FBCB2/BFT v6.5), Joint Battle Command-Platform/Joint Capabilities Release (JBC-P/JCR), Joint Battle Command-Platform System (JBCP), Blue Force Tracking 1 Network (BFT1), Blue Force Tracking 2 Network (BFT2), Movement Tracking System Network (MTS), Tactical Ground Reporting System (TiGR), Ground Combat Communications System (GCCS), Battle Command Sustainment Support System (BCS3), Battle Command Sustainment Support System - Node Management (BCS3-NM), Data Dissemination System (DDS), Command & Control Registry (C2R). The required type of work for this effort will include (but not limited to) Operations Management to support current and future operations at the JBC-P Operations Center with an Operations Manager; must be fully versed on all aspects of the JBC-P Operations Center and BFT Operations to be able to provide relevant responses to any tasker received or situation that develops. Question A: What personnel do you plan to use for these positions, who are fully trained to take over operation of the BFT Networks on Day-1? This requires a minimum of 2 personnel in the BGNs 24/7 at both of the fully manned NOCs. System and Management Sustainment to provide support to Operations, a designated representative, Lead Systems Engineer, and Program Operations, for operational readiness, hardware installations/de-installations, hardware/software changes, configuration management, security, and weekly reporting. The Contractor shall provide Engineering analysis and technical support to Programs, Operations personnel, and Program-related sub-Contractors to address technical issues, conduct an investigation and diagnosis of operational anomalies, and network troubleshooting. Question B: Since personnel filling these positions are required to have BFT NOC Operational experience, BFT Management experience, and BFT Helpdesk Management experience, what personnel do you have that will have this experience on Day-1? Question C: Do you have personnel with experience in successfully working with military, Government Civilian, and program-related sub-contractors on testing, operational, and management actions in a team environment? Give examples. The Contractor will be required to train personnel identified by the Government to perform all tasks necessary to fully operate the Operations Center based on approved JCR/JBCP program of instructions. The Contractor shall provide management, operations, monitoring, planning, and sustainment of the BFT1 and BFT2 satellite networks. The Contractor shall provide services for security devices supporting all connections to the JBC-P Operations Center or any other network connection required by the Government. Question D: Do you have personnel in your company who are fully qualified BFT NOC operators that are also qualified to train other personnel? Provide details Question E: What qualifications/skill set do your employees possess that can support security inspection and analysis of security events, in-depth support for Intrusion Detection/Prevention services, and Cross-Domain High Assurance Guard operations on terrestrial and celestial based networks? Provide details Functions will also require Helpdesk Management of Tier 1-3 issues and providing resolution. Applications Management Support to provide application management functions for standard and special requirements dependent upon taskers; interface with outside US and possibly non-US Government agencies as required to provide or collect data. Question F: What qualifications do your personnel possess in providing Helpdesk functions above Tier-1? Provide details. Question G: What qualifications do your employees possess in dealing with US Military personnel (all services), US Government agencies outside of DoD, and with Government agencies from other countries? Give examples. The Government anticipates award of a Cost Plus Fixed-Fee requirements type contract. The proposed North American Industry Classification System (NAICS) code for the future acquisition is 541330. If qualified and interested, please submit an email stating the name of your company, your interest, a Capabilities Statement, and your business size: indicating whether you are a small or large business for the purposes of the assigned NAICS code. Submission should be no larger than ten (10) pages. Also, identify a company Point of Contact (POC): name, telephone number with area code, and email address. Emails are preferred. The Government Points of Contact for responses are listed below. Submit all responses to the listed point of contact (POC). Reference 13E-134A-RF in all correspondence. Responses are due by 15 July 2013 at 4pm EST. The Government is requesting all interested and qualified firms respond to this sources sought notice with the following information: 1) Capability Statement: Please provide details on your capabilities and past experience in providing Management and Operational support for multi-tiered operations centers with monitoring, operations, Helpdesk, and Security functions, at multiple locations, supporting a large number of Government C2, Logistics, and Intel systems on multiple terrestrial (wired and LOS) and Celestial (BLOS and satellite) networks. 2) Company name and Point of Contact, to include address, fax number, email and website; 3) A list of similar contracts your firm currently holds or has completed within the last three (3) years. The list of relevant contracts should only include the location, contract number, brief description/title of requirement, estimated yearly value and performance period. 4) Answer Questions A-G inserted above. 5) DUNS number and CAGE code; 6) Socioeconomic Classification; 7) This effort is anticipated to be CPFF, please confirm adequate accounting systems are in place. This Sources Sought Notice is NOT a solicitation. Rather, this Sources Sought Notice is being conducted as a Market Research method to determine all interested sources prior to formalizing our Acquisition approach. No physical or quote mark hard quote mark copies will be accepted as a result of this request. No requests for capability briefings will be honored as a result of this notice.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/a89a44cf8b913e34ed353520f8054aee)
 
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
SN03110702-W 20130711/130709234802-a89a44cf8b913e34ed353520f8054aee (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.