Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 30, 2009 FBO #2803
SOURCES SOUGHT

D -- RFI-Total Army Communications Southwest Asia and Central Asia (TAC-SWACA)

Notice Date
7/28/2009
 
Notice Type
Sources Sought
 
NAICS
811213 — Communication Equipment Repair and Maintenance
 
Contracting Office
ACA, ITEC4 - West, ITEC4 Contracting, Bldg. 61801, Room 3212, Fort Huachuca, AZ 85613-5000
 
ZIP Code
85613-5000
 
Solicitation Number
W91RUS-09-R-0030
 
Response Due
8/21/2009
 
Archive Date
10/20/2009
 
Point of Contact
Jessica M. Williams, 520-533-2117<br />
 
E-Mail Address
ACA, ITEC4 - West
(jessica.williams11@us.army.mil)
 
Small Business Set-Aside
N/A
 
Description
Sources Sought Synopsis TOTAL ARMY COMMUNICATIONS - SOUTHWEST AND CENTRAL ASIA (TAC-SWACA) DESCRIPTION: The U.S. Army Contracting Command Information Technology, E-Commerce and Commercial Contracting Center-West (ITEC4-W), on behalf of The United States Army, Network Enterprise Technology Command (NETCOM)/9th Signal Command (Army), is seeking information on capable business sources that can provide Operation & Maintenance (O&M) support for Title X communications equipment and information systems in Southwest and Central Asia in support of the 160th Signal Brigade, its subordinate units, and Title X customers of the 160th Signal Brigade. BACKGROUND: Communications support is currently provided to the Army in Iraq, Kuwait, Qatar, and Afghanistan; the Marines in Western Iraq; the Navy in Djibouti; and the Air Force in Saudi Arabia. It is anticipated that support under the new contract will not be provided in Western Iraq, Djibouti or Saudi Arabia unless those missions are transferred to the Army. Additionally, the possibility exists that the 160th Signal Brigade mission could expand into other Southwest or Central Asia locations. SCOPE: The contractor shall provide support for all management, administration, personnel, services, parts, supplies, tools, leased vehicles, overtime, travel, training, and equipment (other than Government Furnished Property) required to perform the operation, maintenance, and repair of communication facilities, systems and equipment. The contractor shall also perform installation and de-installation of communications equipment, perform supply functions, and provide logistics support. The contractor shall perform work required to move equipment in Government-provided transportation. The contractor shall be required to continue performance during hostilities. This is a market survey for information only. THIS IS NOT A REQUEST FOR PROPOSALS AND NO CONTRACT WILL BE AWARDED FROM THIS SOURCES SOUGHT SYNOPSIS. The purpose of this synopsis is to gain knowledge of interest, capabilities, and qualifications of vendors who can support this requirement. The anticipated contract type is Cost-Plus-Fixed-Fee (CPFF) with a 120-day phase-in period, a one-year base period and four one-year option periods. The NAICS Code is 811213 and the size standard is $7 million. SUBMISSION INSTRUCTIONS: If you believe your firm qualifies under the aforementioned criteria and has qualified personnel, relevant past performance experience, and the technical capability to perform the type of work specified in the draft Performance Work Statement, please submit a technical capability statement including the following information: (1) company name and mailing address (2) point of contact (name, telephone number, and e-mail address) (3) socio-economic status (small business, small disadvantaged business, woman-owned business, veteran-owned business, etc.) (4) a brief statement describing how your company might propose to perform the percentage of work specified in FAR Clause 52.219-14 (b)(1) i.e. a single small business or an affiliation and/or team of small businesses (Note: if more than one firm is contemplated, identify the socio-economic status of each and identify which aspects of the draft PWS will be performed by each firm) (5) number of employees (6) revenue for the past 3 years and (7) a brief summary of your companys experience and past performance within the past 3 years as it relates to the magnitude and scope of the requirements outlined in the draft PWS. Each company experience (Government or commercial) should include (a) name of project (b) brief description of project (c) contract or project number (d) client/customer point of contact (name, address, phone number, e-mail address) (e) dollar value of the contract/project (f) period of performance of the contract/project and (g) relevance of contract/project to requirements in the draft PWS. The technical capability statement can be submitted in your format and shall not exceed 15 pages in its entirety (inclusive of cover letter, table of contents, tables, etc.). The Government requests that the following information be provided in your statement: * Capability to support the draft PWS requirements in SWA/CA at approx. 45 locations, 4 countries dispersed throughout Iraq, Kuwait, Afghanistan, and Qatar * Ability to recruit and retain approx. 1500 contractor support personnel * Ability to obtain Host Nation Sponsorship in Qatar and Kuwait * Experience in property administration and movement of GFP in the amount of approx. $50-70M throughout theatre * Materials purchasing experience and distribution of those items throughout theatre * Reach back support capabilities during hostilities (including processing personnel through the Combat Readiness Center and utilizing the Synchronized Predeployment Operational Tracker System to process Letters of Authorization for deployed contractor support personnel) No reimbursement will be made for any costs associated with providing information in response to this RFI or any follow-up information requests. Submit responses via e-mail to the Point of Contact, Jessica M. Williams (jessica.williams11@us.army.mil) by 1:00p.m., MST, August 21, 2009. REFERENCE MATERIAL ATTACHED: Draft copies of the PWS; DD Form 254, Department of Defense Contract Security Classification Specification; and Technical Exhibit 2. NOTE: Only the stated reference material listed above are available to industry at this time.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/DABL/DABL03/W91RUS-09-R-0030/listing.html)
 
Place of Performance
Address: ACA, ITEC4 - West ITEC4 Contracting, Bldg. 61801, Room 3212 Fort Huachuca AZ<br />
Zip Code: 85613-5000<br />
 
Record
SN01889354-W 20090730/090728235223-7da185616200de9624fbd0e80a56b8e0 (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.