Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 08, 2009 FBO #2875
SOURCES SOUGHT

70 -- Communication and Transmission Systems (CTS).

Notice Date
10/6/2009
 
Notice Type
Sources Sought
 
NAICS
517410 — Satellite Telecommunications
 
Contracting Office
ACA, ITEC4, Directorate of Contracting, 2461 Eisenhower Avenue, Alexandria, VA 22331-0700
 
ZIP Code
22331-0700
 
Solicitation Number
W91QUZ10CTSRFI
 
Response Due
11/23/2009
 
Archive Date
1/22/2010
 
Point of Contact
kody moghaddassi, 703-325-2803
 
E-Mail Address
ACA, ITEC4
(kody.moghaddassi@us.army.mil)
 
Small Business Set-Aside
N/A
 
Description
The U.S. Army Contracting Command National Capital Region Contracting Center (NCRCC) Information Technology, E-Commerce, and Commercial Contracting Center are seeking information for the purpose of obtaining market research only. This is NOT A NOTICE OF SOLICITATION; but rather, a Request for Information (RFI) from industry that will allow the Government to identify interested sources capable of meeting the described requirement, and develop an acquisition strategy. The information sought herein is for planning purposes only and shall not be construed as a Request for Quote (RFQ), Request for Proposal (RFP), Invitation for Bid (IFB), or as an obligation or commitment on the part of the Government to acquire any product or service. NO PROPOSALS ARE BEING REQUESTED OR ACCEPTED UNDER THIS SOURCES SOUGHTANNOUNCEMENT NUMBER. No reimbursement will be made for any costs associated with providing information in response to this RFI or any follow-up information requests. Responses to this notice are not offers; will not be accepted by the Government to form a binding contract; and will not be returned. All information that is marked proprietary and received in response to this RFI will be handled accordingly. This notice shall not be construed as a commitment by the Government to issue a solicitation or ultimately award a contract. Should a requirement arise, the full description will be detailed in the resulting solicitation. Questions concerning the requirements of a future solicitation will not be entertained. The Government is seeking to identify sources from experienced providers for global requirements for state-of-the-art CTS; components associated peripheral equipment, technology insertion, subassemblies, data and ancillary technical support services for life cycle support. It is anticipated that the Government will award a (3) three year Indefinite Delivery Indefinite Quantity (IDIQ) multiple award contract (MAC) with two(2), thirty-six months options. Orders may be issued anytime within the ordering period of the proposed contract on a Firm Fixed Price (FFP) and Time and Material (T&M) basis. Program Background: PM DCATS is a system of weapon systems where individual system functionalities are integrated together across business/equipment domains operating seamlessly to accomplish the PM DCATS system mission which is to provide satellite communications and transmission capabilities to the war fighter; thereby enabling battle space information dominance. These individual systems may be commercial, modified commercial or MIL-SPEC systems. They must all, however, function as an integrated indivisible whole. The line between where one system ends and the next system begins is not discernable since it is not the functioning of the individual systems that governs but rather the overall end state capability of providing worldwide, tri-service, multinational satellite communications. Each system is interdependent since the absence of one system may impact the ability to provide overall satellite communications given the deployment scenario and the individual mission that is to be accomplished at any given time. This overarching communications capability is provided by a continuum of systems and services. It is the synergy of the individual systems not the stand alone system itself that satisfies the mission. Required Capabilities: A copy of the draft Performance Work Statement (PWS), Contract Requirement List (CDRLs), Department of Defense Contract Security Classification Specification (DD Form 254), and CTS Questionnaire pertaining to this requirement may be accessed at Attachment 001, 002, 0003 and 004 to this Sources Sought Announcement. Interested parties are expected to review this notice and the draft PWS to familiarize yourself with the requirements of this project; prior to completing the capability statement. Special Requirements: The prime contractor must be incorporated under the laws of the US and have sufficient employees, at time of proposal, that have a TS/SCI clearance to perform the scope of work set forth in Section 3 of the Draft PWS that may require such a clearance. Additionally, the prime, at time of proposal, must have a SCIF facility. The Government will not be sponsoring contractors for Top Secret Facility Clearances as part of the proposed CTS effort. See question 15 on the CTS Questionnaire. Eligibility: The applicable North American Industry Classification System (NAICS) code is 517410 (Satellite Telecommunications) with a Small Business Size Standard of $15 Million. Submission Requirement: All companies that can meet the specification as stated in the PWS are encouraged to provide a capability statement, company literature, brochures, or any other information that demonstrates their ability to execute this requirement should be received no later than 23 November 2009 at 3:00 pm eastern standard time to Ms Kody Moghaddassi, via email: kody.moghaddassi@conus.army.mil. Please include this notice number on all documents and email. Information and material will not be returned. Classified Material shall not be submitted. No phone solicitations or emails with regards to the status of the Request for Proposal (RFP)/solicitation will not be accepted. Responses shall not exceed 10 pages when printed and should be transmitted with attachments in Microsoft Word 2003 or PDF format. Maximum allowed electronic file size is 4 megabyte. No zipped files. As part of the capability package, firms must include the following: (1) Corporate Experience-Does your firm have the work experience similar in nature, scope, complexity, and difficulty of work as indicated in the PWS (2) Contact information, name, title, telephone number, and e-mail address of designated corporate point of contact for this RFI. All valid e-mail responses must include the return e-mail address, company name, mailing address, telephone number, facsimile number, and a point of contact. (3) Provide your companys business size and status (i.e. 8(a) SDVOSB, etc.) (4) Financial Capability-Does your firm have the financial capability to withstand a negative cash flow of low to mid six figures per month (5) Past Performance-Does your firm have the relevant past performance within the last three to five years? (Include contract numbers, contract type, dollar value of each procurement, point of contacts, and brief description of the work performed.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/DABL/DABL01/W91QUZ10CTSRFI/listing.html)
 
Place of Performance
Address: ACA, ITEC4 Directorate of Contracting, 2461 Eisenhower Avenue Alexandria VA
Zip Code: 22331-0700
 
Record
SN01980709-W 20091008/091006234708-d44b88c3c5f4e77187e90fc9127aefb9 (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.