Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 07, 2015 FBO #4944
SOURCES SOUGHT

D -- REQUEST FOR INFORMATION (RFI) Software and Systems Engineering Services Next Generation (SSES NexGen) Multiple Award Task Order (MATO) Indefinite Delivery/Indefinite Quantity (IDIQ) - On-Ramp, Restricted Suite - Sources Sought - PWS

Notice Date
6/5/2015
 
Notice Type
Sources Sought
 
NAICS
541511 — Custom Computer Programming Services
 
Contracting Office
Department of the Army, Army Contracting Command, ACC-APG - Aberdeen Division E, 6001 COMBAT DRIVE, Aberdeen Proving Ground, Maryland, 21005-1846, United States
 
ZIP Code
21005-1846
 
Solicitation Number
W15P7T-15-R-ONRP-V2
 
Archive Date
6/18/2015
 
Point of Contact
Dorothy Dearborn, Phone: 443-861-4859, Charles Wilson, Phone: 443-861-4868
 
E-Mail Address
dorothy.b.dearborn.civ@mail.mil, charles.l.wilson88.civ@mail.mil
(dorothy.b.dearborn.civ@mail.mil, charles.l.wilson88.civ@mail.mil)
 
Small Business Set-Aside
Partial Small Business
 
Description
PWS Please note solicitation number W15P7T-15-R-ONRP-V2 is for internal tracking purposes only. REQUEST FOR INFORMATION This announcement constitutes an official Request for Information (RFI) as defined in FAR 15.201(e). This RFI announcement is for information and planning purposes only and it is not to be construed as a commitment by the Government. The intent is to identify market interest based on the attached Performance Work Statement (PWS). The Government does not intend to award a contract on the basis of this RFI or to otherwise pay for the information submitted in response to this RFI. The information received will not obligate the Government in any manner nor will the Government reimburse contractors for any costs associated with submittal of the requested information. This request does not constitute and Invitation for Bid or a Request for Proposal. BACKGROUND/OBJECTIVE/REQUIREMENTS The United States Army Communications-Electronics Command Software Engineering Center (USACECOM SEC) provides life cycle software solutions and services that enable the warfighting superiority and information dominance across the enterprise. SEC provides systems, software engineering and scientific support for a wide variety of Army and Department of Defense (DoD) customers including Army Program Executive Officers (PEOs) and their Project Managers (PMs), Headquarters Department of the Army (HQDA) and its components, and the other Joint Service DoD elements. The ultimate customer and consumer of our products and services is the Warfighter in the field. The USACECOM SEC is conducting an On-Ramp under the Software and Systems Engineering Services Next Generation (SSES NexGen) Multiple Award Task Order (MATO) Indefinite Delivery/Indefinite Quantity (IDIQ) contractual vehicle in accordance with contract clause H-11 "On and Off Ramp." SSES NexGen allows Cost-Plus-Fixed-Fee, Cost-Reimbursement, Firm-Fixed-Price and combinations of these types of orders. This action is being undertaken in order to find suitable Small Business (SB) contractors to further populate the Restricted Suite on the existing SSES NexGen. The original Restricted Suite vehicles were awarded May 31, 2013 with a base period of two (2) years, one two (2) year option and one one (1) year option. Each SB contractor was awarded a contract in both the Restricted and Unrestricted Suites. On-Ramp proposals shall be subject to the same proposal instructions and evaluation procedures as the SSES NexGen Request for Proposal (RFP) W15P7T-12-R-C005 dated 01 December 2011 and amendments thereto. Source Selection will be conducted in the same manner as under the original SSES NexGen. Every prime contractor awarded a contract is required to be able to perform any and all work as stated in the PWS at time of award of a task order (TO). The overall security requirement is TOP SECRET Facility Clearance/TOP SECRET Level of Safeguarding for the base IDIQ vehicle. The contractor shall require access to COMSEC information, Secure Compartmental Information (SCI) and Non SCI Intelligence Information, NATO, Foreign Government Information, FOUO information and must be able to access Security/Program Classification Guide(s) (SCGs) and SIPRNET. All awardees must meet these requirements. Individual TOs will be awarded at the proper security level, many at the SECRET level. The Government will NOT provide funding to construct/maintain a Sensitive Compartmented Information Facility (SCIF). The awardees must maintain an office within 25 miles of Aberdeen Proving Ground (APG), MD. The timeframe for On Ramp is anticipated to be in fiscal year 2016 (FY16). Efforts estimated at $8M and below will be set-aside for the Restricted Suite contractors. In order to be determined a small business concern under NAICS 541511, a business must not have more than an average of $27.5 million in annual receipts as defined in 13 C.F.R 121.104. The Government's target is 5 awards. The PWS describes the services and support outcomes that the SEC will provide to these and to other customers. The resulting contract shall provide all personnel, equipment, tools, materials, supervision and other items and non-personal services necessary to satisfy the requirements as defined in this PWS. The awardee(s) shall perform to the standards in this contract and follow-on task orders. The contractor(s) working to satisfy the requirements of this PWS will provide engineering and technical services to the USACECOM SEC, its components and their successors. Responses are limited to 10 one-sided pages, capable of being printed on 8.5 x 11 inch paper with one inch margins (top, bottom, left and right) and a 10 point Arial or 12 point Times New Roman font. Line spacing shall be no less than single space. Tables, drawings and header/footer information shall be 10 point Arial font or larger. For tables and drawings, landscape orientation is permitted. Microsoft (MS) Office 2010 Office Suite (or later) product shall be used to create the files. All graphics shall be compatible with MS PowerPoint 2010 (or later). If any of the provided material contains proprietary information, please mark appropriately. No information will be returned. At a minimum, the following will be included: -Company History: A history to include previous major products and primary customer base, specifically how it relates to the PWS. This should also include the handling of classified information. -Capability: Knowledge of the Command, Control, Communications, Computers, Intelligence, Surveillance and Reconnaissance (C4ISR) Community and systems that would demonstrate a capability to support the SEC in successful contract execution. Please detail experience as a prime contractor that may be of similar scope, complexity and nature. Indicate contract numbers and dollar values. Please provide details regarding proposed joint ventures, teaming arrangements, strategic alliances, or other business arrangements to satisfy these requirements. Responders 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. -SB type: Identify your status as appropriate: Small Business (SB), Small Disadvantaged Business (SDB), SBA 8(a) certified, Service-Disabled Veteran Owned Small Business, Veteran Owned Small Business (VOSB), Woman Owned Small Business (WOSB), Alaskan Native, Historically Underutilized Business Zone (HUBZone) certified Small Business, American Indian Tribally (AIT) Owned concern or combination. -Please inform how you will meet the limitations on subcontracting clause 52.219-14. -Responses should include the company name, CAGE code, point of contact, and email address and physical address. Indicate statement of interest and technical capabilities. SUBMISSION INFORMATION: Submit on or before the date indicated in this SOURCES SOUGHT RFI to the following: Dorothy Dearborn, ACC-APG, Contracting Officer: dorothy.b.dearborn.civ@mail.mil Charles Wilson, ACC-APG, Contract Specialist: charles.l.wilson88.civ@mail.mil Celeste Boucher, SEC, Business Analyst: celeste.m.boucher2.civ@mail.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/39b9d3d25a65c2a4009db433223bf6e1)
 
Place of Performance
Address: ACC-APG - Aberdeen Division E 6001 COMBAT DRIVE, Aberdeen Proving Grounds, Maryland, 21005, United States
Zip Code: 21005
 
Record
SN03755177-W 20150607/150605234859-39b9d3d25a65c2a4009db433223bf6e1 (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.