Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF OCTOBER 01, 2014 FBO #4694
SOURCES SOUGHT

10 -- Market Research Questions for the Project Manager Distributed Common Ground System- Army (PM DCGS-A) Systems Engineering and Technical Assistance (SETA) Support Services (Possible B2S2 Task Order)

Notice Date
9/29/2014
 
Notice Type
Sources Sought
 
NAICS
541330 — Engineering Services
 
Contracting Office
ACC-APG - Aberdeen Division C, 6001 COMBAT DRIVE
 
ZIP Code
00000
 
Solicitation Number
W56KGY-14-R-F002
 
Response Due
10/14/2014
 
Archive Date
11/28/2014
 
Point of Contact
Michael Maistros, 443-861-5381
 
E-Mail Address
ACC-APG - Aberdeen Division C
(michael.g.maistros.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
This Sources Sought Notice (SS)/Request for Information (RFI) is for planning purposes, and is NOT to be considered an invitation for bid, request for quotation, or as an obligation on the part of the Government to acquire any products or services. NO reimbursement will be made for any costs associated with providing information in response to this SS/RFI or any follow up information request. The United States Army, Project Manager Distributed Common Ground System- Army (DCGS-A), Aberdeen Proving Ground (APG), Maryland, is conducting this market survey to identify potential sources for SETA Support Services for Project Manager (PM) DCGS-A. This requirement has an anticipated period of performance of one (1) twelve (12) month base, and two (2) twelve (12) month option years. The Government is considering issuing this requirement as a potential task order under the proposed B2S2 Multiple Award IDIQ, solicitation #W56KGY-14-R-0005. DESCRIPTION OF REQUIREMENT The contractor shall provide the following support directly to the Office of the Project Manager DCGS-A and its subordinate Product Director Offices: Acquisition Management, Administrative Support, Program Budget & Execution, Operations, Engineering and Logistics. Efforts in support of this requirement shall provide at a minimum, knowledge of Military Intelligence doctrine as found in FM 2-0 (Intelligence Operations), system architecture product creation in accordance with Department of Defense Architecture Framework (DoDAF) 1.0/2.0; current Command, Control, Communications, Computers, Intelligence, Surveillance and Reconnaissance (C4ISR) capabilities of the Army; Government and commercial standards; and technology transition/insertion. The requirement also requires acquisition management expertise in the areas of project planning, cost estimating, scheduling, program tracking, financial planning and execution, contract management, acquisition documentation and reporting/briefing efforts. The assigned North American Industry Classification (NAICS) code for this potential requirement is 541330 for quote mark Engineering Services quote mark with the corresponding small business size standard of $38.5M (exception for Military and Aerospace Equipment and Military Weapons). It is requested that interested businesses response to this RFI/SS shall provide the following information in 15 pages or less: 1)Company name; address; CAGE Code and DUNS; POC name, phone, email. 2)Identify the applicable socio-economic category (SB/SDB/HUBZone/WOSB/ VOSB/SDVOSB/HBCU/MI...etc). 3)Please identify your company's small business size standard based on the assigned NAICS. For more information refer to http://www.sba.gov/content/table-small-business-size-standards. 4)Does your company have TOP SECRET/SCI cleared personnel and a TOP SECRET/SCI cleared facility or access to a TOP SECRET/SCI cleared facility? Additionally, does your company have a SECRET level of safeguarding? 5)The Government anticipates the requirement of having up to ten (10) personnel with TOP SECRET/SCI clearance levels. Does your company have the workforce to support ten (10) personnel with TOP SECRET/SCI credential requirements? 6)Within the last five (5) years, does your company have experience integrating the capabilities of Army intelligence surveillance and reconnaissance (ISR) systems of a similar size and scope as the posted requirements? If so, please provide examples, including contract number; indication of whether your firm acted as a prime contractor or subcontractor; contract value; Government/Agency point of contact and current telephone number; and a brief description of the work your company performed under said contract. 7)Within the last five (5) years, does your company have experience with software development and integration requirements? If so, please provide examples, including contract number; indication of whether your firm acted as a prime contractor or subcontractor; contract value; Government/Agency point of contact and current telephone number; and a brief description of the work your company performed under said contract. 8)If your company is awarded the contract, will you, whether working independently or with other small businesses, be able to perform at least 50% (percent) of the Level of Effort (LOE) (attached) required in house? 9)Does your company possess the capabilities to independently provide the entire range of services called for in the Distributed Common Ground System- Army Systems Engineering and Technical Assistance Requirements? ______ YES _______ NO 10)If you answered quote mark YES quote mark to Question 9, please reference specific paragraph numbers from the provided requirements outlining how you would provide at least 50% of the work in house. How will you be in compliance with the Section 1651 of the National Defense Authorization Act for Fiscal Year 2013, quote mark Limitations on Subcontracting quote mark ? Additionally, interested vendors are encouraged to identify teams, indicating each team member's size, status, and the work that the team member may be doing. If you are planning on teaming with other companies, please list the process used in selecting the members. Provide an explanation of the type of effort that is planned to be kept in house and the type of work that is planned to be subcontracted out. 11)If you answered NO to Question # 9, what services called for in the attached description of the requirements can your company provide? Please provide specific examples. 12)Does your company have a DCAA approved accounting system? If not, can your company obtain a DCAA approved accounting system prior to proposal submission? 13)Does your company have experience with or working knowledge of software development for ACAT 1A programs of record? Does your company have the ability to perform software accreditation work for ACAT 1A programs of record? If so, please provide examples, including contract number; indication of whether your firm acted as a prime contractor or subcontractor; contract value; Government/Agency point of contact and current telephone number; and a brief description of the work your company performed under said contract. 14)Does your company have experience in information assurance requirement contracts? If so, please provide examples, including contract number; indication of whether your firm acted as a prime contractor or subcontractor; contract value; Government/Agency point of contact and current telephone number; and a brief description of the work your company performed under said contract. 15)Does your company have experience in systems of systems integration and engineering with intelligence programs? If so, please provide examples, including contract number; indication of whether your firm acted as a prime contractor or subcontractor; contract value; Government/Agency point of contact and current telephone number; and a brief description of the work your company performed under said contract. 16)Does your company have experience with systems engineering architecture? If so, please provide examples, including contract number; indication of whether your firm acted as a prime contractor or subcontractor; contract value; Government/Agency point of contact and current telephone number; and a brief description of the work your company performed under said contract. 17)Does your company have experience with Acquisition Management, Administrative Support, and Program Budget and Execution with specific emphasis on project planning, cost estimating, scheduling, program tracking, financial planning and execution, contract management, acquisition documentation and reporting/briefing efforts? If so, please provide examples, including contract number; indication of whether your firm acted as a prime contractor or subcontractor; contract value; Government/Agency point of contact and current telephone number; and a brief description of the work your company performed under said contract. 18)Please outline your company's recruitment and retention policies. How does this policy support the ramp-up needed for the effort outlined in the posted requirements? 19)What is your company's current rate of personnel retention over the last five (5) years? 20)For the test and integration areas of the posted requirements, what skill set and how many personnel do you intend to use to execute those efforts? Will these professionals have a background in test, integration, test processes, and test documentation? 21)Does your company have the capability to provide support at all three DCGS-A product office locations: Aberdeen Proving Ground, MD; Ft. Belvoir, VA; and Ft. Hood, TX? ______ YES _______ NO 22)Please provide any concerns or recommendations in regards to the requirements for the PM DCGS-A SETA Support Services acquisition. Responses from any interested sources shall be directed to Mr. Michael Maistros, Contract Specialist, via e-mail michael.g.maistros.civ@mail.mil no later than 10:00am EST 14 October 2014. Responses should include the company name, CAGE code, point of contact, and address. Any information submitted by respondents to this sources sought notice is totally voluntary and at no cost to the Government. This information will help the Government form its acquisition strategy. No solicitation exists; therefore, do not request a copy of a solicitation. Be advised that all correspondence sent shall contain a subject line that reads quote mark Request for Information Response quote mark. If sending attachments with e-mail, ensure only.PDF documents are sent. Contracting Officer Address: ACC-APG (C4ISR), HQ CECOM Contracting Center, 6001 Combat Drive, Aberdeen Proving Ground, MD 21005-1846 US Place of Performance: PEO IEW&S, Aberdeen Proving Ground (APG), Maryland; Fort Gordon, Georgia; Fort Belvoir, Virginia Point of Contact: Michael Maistros, 443-861-5381
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/123de1a913014956dfff1d38f9f15f18)
 
Place of Performance
Address: ACC-APG - Aberdeen Division C 6001 COMBAT DRIVE6001 COMBAT DRIVE6001 COMBAT DRIVE, Aberdeen Proving Ground MD
Zip Code: 21005-1846
 
Record
SN03535578-W 20141001/140930022300-123de1a913014956dfff1d38f9f15f18 (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  © 1994-2020, Loren Data Corp.