Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 22, 2017 FBO #5629
SOURCES SOUGHT

D -- Command, Control, Communications, Computers, and Information Management (C4IM) Baseline Support at the U.S. Army Garrison Kwajalein Atoll (USAG-KA) - DRAFT PWS- (C4IM) Support on Kwajalein Atoll

Notice Date
4/20/2017
 
Notice Type
Sources Sought
 
NAICS
541513 — Computer Facilities Management Services
 
Contracting Office
Department of the Army, Army Contracting Command, ACC - APG (W9124A) Fort Huachuca, Bldg 61801, Rm 3212, Fort Huachuca, Arizona, 85613-5000, United States
 
ZIP Code
85613-5000
 
Solicitation Number
W91RUS-C-KWAJALEIN
 
Archive Date
5/23/2017
 
Point of Contact
Gretchen V. Horay, Phone: 5205388604, Emily M. Harston, Phone: 5205381376
 
E-Mail Address
gretchen.v.horay.civ@mail.mil, emily.m.harston.civ@mail.mil
(gretchen.v.horay.civ@mail.mil, emily.m.harston.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
DRAFT Performance Work Statement to provide C4IM Baseline Support on U.S. Army Garrison Kwajalein Atoll (USAG-KA). Notice Type: Sources Sought -Request for Information (RFI) THIS IS A SOURCES SOUGHT/REQUEST FOR INFORMATION (RFI) ONLY AS DEFINED IN FAR 15.201(e). THE PURPOSE OF THIS NOTICE IS SOLELY FOR INFORMATION AND PLANNING PURPOSES - IT DOES NOT CONSTITUTE A REQUEST FOR PROPOSAL (RFP) OR A PROMISE TO ISSUE AN RFP IN THE FUTURE. THIS ANNOUNCEMENT IS ISSUED IN SUPPORT OF MARKET RESEARCH, TO GATHER INFORMATION, AND TO IDENTIFY POTENTIAL SOURCES. A. STATEMENT OF NEED Synopsis: The U.S. Army Materiel Command (AMC) Army Contracting Command - Aberdeen Proving Ground (ACC-APG), Huachuca Division issues this sources sought for the 30th Signal Battalion Network Enterprise Center, which is assigned to the 516th Signal Brigade, 311th Signal Command (Theater), U.S. Army Network Enterprise Technology Command (NETCOM), to provide Command, Control, Communications, Computers, and Information Management (C4IM) Baseline Support on U.S. Army Garrison Kwajalein Atoll (USAG-KA), for information and planning purposes only. This notice is not a Request for Proposal/Quote or Bid. This sources sought is a market research tool to gain knowledge of potential qualified sources which will be used for planning purposes and to determine if potential sources exist to support the requirement. This information is not to be interpreted as a commitment by the Government. Participation in this effort is strictly voluntary with no cost or obligation to be incurred by the Government. Location/Demographics: Kwajalein Atoll is approximately 2,100 nautical miles west-southwest of Hawaii; it is a crescent loop of coral islands enclosing the world's largest lagoon (1,100 square miles). The atoll is 75 miles from Kwajalein Island (on the south reef) to Ebadon Island (northwest corner) and 15 miles west/east (at the widest point). The U.S. Government leases 11 of the atoll's islands from the Republic of the Marshall Islands. Kwajalein Island is home to approximately 1,500 people and its population is a mix of DoD active duty (AD) personnel, Department of Army civilian (DAC) employees, and DoD contractor personnel and their family members. Roi-Namur Island is 50 miles north of Kwajalein Island and is home to approximately100 unaccompanied DoD contractor personnel. Ebeye Island is 5 miles north of Kwajalein Island and is home to approximately 15,000 local nationals. Travel: Kwajalein is a remote location with limited travel options. Currently, only the U.S. Air Force Air Mobility Command and United Airlines service Kwajalein Atoll (both options require travel through Hawaii). The minimum travel time from the Continental United States (CONUS) is two days. Of note, the remote location increases the transportation costs and lengthens supply chain operations. Corrosive Environment Kwajalein Atoll is one of the most highly corrosive environments in the world. The salt content of the ocean and salt spray causes most metals (including stainless steel) to begin to oxidize within a matter of weeks. This environment results in a significant cost consideration as equipment refreshment rate and maintenance costs are substantial. Host Nation Infrastructure: The Republic of the Marshall Islands (RMI)is a developing nation. The neighboring islands do not have adequate infrastructure to support the population currently residing on Kwajalein Island. Local and third country nationals reside on Ebeye Island and must transit through Kwajalein Island to reach the international flights operated by United Airlines. This island has a struggling infrastructure due to the dense population (.125 square miles or 80 acres in size; 5th most densely populated island in the world). Due to the limited infrastructure, USAG-KA houses and/or hosts all AD, DAC, and\ DoD contractor personnel, as well as selected local national personnel on Kwajalein and Roi-Namur Islands. 1. ACC-APG is trying to determine if a capability exists in the market place, either by a single vendor or a prime vendor with teaming agreements, to provide C4IM Baseline Support on USAG-KA. 2. A possible contract type for this requirement is a single award contract. It is anticipated that the effort would be for one base year with four one-year option periods. The anticipated NAICS Code is 541513-Computer Facilities Management Services with an anticipated PSC of D316-IT and Telecom-Telecommunications Network Management, and a size standard of $27.5M. 3. Interested parties shall identify possible opportunities for small business, veteran-owned small business, service-disabled veteran-owned small business, HUBZone small business, small disadvantaged business, and women-owned small business concerns. The goal is that small businesses have the maximum practicable opportunity to participate in any future requirement. 4. If your firm is capable of meeting the criteria stated in paragraph #1, has qualified personnel and relevant past performance experience, please submit a technical capability statement including the following information (Please note that the Contractor must be registered through the System for Award Management System (SAM) prior to consideration of contract award): (i) Company name and mailing address, including cage code (ii) Point of contact (name, telephone number, and e-mail address) (iii) Small business status if any, (small disadvantaged business, woman-owned business, veteran-owned business, etc.) (iv) The company's anticipated role in the performance of the requirement (a) Prime Contractor; (b) Subcontractor; or (c) Other, please describe; (v) If the anticipated role is a "Prime Contractor," indicate the following: a) Functions for which you would use subcontractors b) Estimates of the percentage of the total contract dollars small businesses would expect to be able to subcontract to the following small business categories in response to this RFI. If zero percent is indicated in your response, provide a brief explanation of why no small business subcontracting opportunities are expected for this requirement overall or for a particular category. (vi) Indicate if your company primarily does business in the Commercial or Government sector. 5. Provide, if applicable, a summary describing the Joint Venture/Teaming Arrangement that would be established if this requirement were to be solicited. 6. Indicate which NAICS code(s) your company usually performs under for Government contracts. 7. To represent the scope, size and complexity of the requirements, a DRAFT PWS is posted in conjunction with this sources sought notice. The DRAFT PWS is provided for reference only and is subject to change. Please provide suggestions you feel would maximize the effectiveness of the anticipated acquisition and resulting contract in providing quality services (e.g., site visit, industry day) 8. The Government is considering the use of Cost Plus Fixed Fee contract type for this acquisition. Please discuss what contract type arrangement (for example, incentive fee, award fee, fixed price, firm-fixed-price, etc., if any) your company recommends to ensure successful performance of critical contract functions. Please also provide information on any existing contract vehicles the Government should consider, to include any rationale supporting your response. 9. Please discuss what risks (if any) your company sees to successful contract execution and your company recommendations to mitigate those risks. 10. Technical capability statements may be submitted in your own format and shall be 10 pages or less. Electronic submission is the preferred method of receipt. 11. Questions are welcome as part of your response to this sources sought notice. Responses to these questions may not be answered at this time, but rather will be used to assess the clarity of the PWS and to allow the Government the opportunity to revise and strengthen the document prior to any resultant solicitation. This sources sought is used for information and planning purposes only and does not constitute a solicitation. No contract will be awarded as a result of this synopsis. All information received in response to this sources sought that is marked proprietary will be handled accordingly. Responses to the sources sought will not be returned. In accordance with Federal Acquisition Regulation (FAR) 15.201(e), responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. Responders are responsible for all expenses associated with responding to this sources sought. All interested responsible businesses are encouraged to submit information at any time prior to expiration of this advertisement. Please submit any questions or comments to this action in writing to: gretchen.v.horay.civ@mail.mil and emily.m.harston.civ@mail.mil. Responses must be received by 2:00 P.M. (AZ time), 08 May 2017. Contracting Office Point of Contact(s): Gretchen Horay (520) 538-8604 Emily Harston (520)-538-1376 THE GOVERNMENT DOES NOT INTEND TO AWARD A CONTRACT ON THE BASIS OF ANY RESPONSE. AN RFP IS NOT AVAILABLE AT THIS TIME. REQUESTS FOR A SOLICITATION WILL NOT RECEIVE A RESPONSE. RESPONSES TO THIS NOTICE ARE NOT OFFERS AND CANNOT BE ACCEPTED BY THE GOVERNMENT TO FORM A BINDING CONTRACT. THIS MARKET RESEARCH AND RFI IS FOR PLANNING PURPOSES ONLY. THE GOVERNMENT SHALL NOT REIMBURSE RESPONDENTS FOR INFORMATION SOLICITED. THE INFORMATION PROVIDED HEREIN IS SUBJECT TO CHANGE AND IN NO WAY BINDS THE GOVERNMENT. THE GOVERNMENT RESERVES THE RIGHT TO CONSIDER ACQUISITION STRATEGIES AS DEEMED APPROPRIATE. END OF NOTICE
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/6faa3334003df0cfd67e45ba5085b04a)
 
Record
SN04478930-W 20170422/170420234545-6faa3334003df0cfd67e45ba5085b04a (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.