SOURCES SOUGHT
D -- Fort Eustis, VA Deployed Digital Training Campus - Prototype (DDTC-P)
- Notice Date
- 8/31/2010
- Notice Type
- Sources Sought
- NAICS
- 541519
— Other Computer Related Services
- Contracting Office
- Fort Eustis Contracting Center (W911S0), Building 2798, Fort Eustis, VA 23604-5538
- ZIP Code
- 23604-5538
- Solicitation Number
- W26R1P10205001
- Response Due
- 9/7/2010
- Archive Date
- 11/6/2010
- Point of Contact
- Richard Downs, 7578782800x2225
- E-Mail Address
-
Fort Eustis Contracting Center (W911S0)
(richard.downs@us.army.mil)
- Small Business Set-Aside
- Service-Disabled Veteran-Owned Small Business
- Description
- Service-Disabled Veteran-Owned Small Business Sources Sought and Request For Information (RFI): This is a request for information and a sources sought announcement seeking only qualified service-disabled veteran-owned small businesses in order to determine capability and learn about industry practices and other relevant industry information. The Mission and Installation Contracting Command Center - Fort Eustis has a requirement for Deployed Digital Training Campus Prototype (DDTC-P) Contractor Support at Fort Eustis, VA. This requirement has and continues to be performed by Omega Defense Systems, Inc., a service-disabled, veteran-owned small business. The contract is anticipated for one year with one option year. The period of performance will be 30 September 2010 to 29 September 2011 for the base year. There will be no phase-in period. Interested companies must be capable of starting immediately. The requirement includes providing operations, maintenance, off site installation support, and satellite air time, for prototype Deployed Digital Training Campus (DDTC-P or prototype DDTC) suites currently deployed by TRADOC, as well as those that may be required in support of TRADOC missions and TRADOC partner missions. The systems will be used by government personnel in the execution of the prototype DDTC training missions. Secondary to the near constant and rapid re-fielding of prototype systems within CONUS, the requiring activity will require 24 hours per day, 7 days a week, 365 days a year (24/7/365) phone support, preventive, field and organizational maintenance, mission support, system set up/system tear down, user/operating training and spare parts provisioning for all prototype units currently in use and additional suites that may or may not be acquired in the future. Maintenance beyond the basic warranty period will be covered under extended warranty provisions and funding for spare parts will be provided on an as needed basis, only after a cost estimate is submitted by the Contractor and approved by the requiring activity. The focus of this requirement is support of mission fielding of prototype DDTC systems with sustainment of current and future systems in the prototype DDTC network being an essential component. Travel will be required to facilitate preventive (scheduled) and unscheduled maintenance actions beyond operator/intermediate field capability, and to conduct on-site operator and intermediate field maintenance training. The desired outcome is to continue to retain the capability to provide uninterrupted training to Soldiers deployed to remote locations via distributed training in adherence to the Secretary of the Army directive. THIS SOURCES SOUGHT IS NOT A REQUEST FOR PROPOSAL. It is a market research tool (FAR Part 10) being used to determine potential SDVOSB concerns capable of providing the services described herein prior to finalizing the method of acquisition and issuance of a Request for Proposal. The NAICS contemplated for this requirement is 541519 with a size standard of $25M. The incumbent contractor is Omega Defense Systems, Inc., Phoenix, AZ, under contract W911S0-09-P-0553. It is the Governments intention to make this acquisition a service-disabled veteran-owned small business set-aside; however, the current capabilities of industry must be confirmed. As such, only service-disabled veteran-owned small businesses may respond. The Government is not obligated to and will not pay for any information received from respondents as a result of this RFI. ANTICIPATED PERIOD OF PERFORMANCE Base Period 30 September 2010 29 September 2011 (12 mo) Option Period I 30 September 2011 29 September 2012 (12 mo) The Contract Type is anticipated to be a Firm Fixed Price (FFP). The majority of services will be performed at Fort Eustis, VA. There are requirements to conduct contractor support at other locations. PART I Capabilities Packages It is requested that interested service-disabled veteran-owned small businesses submit a brief capabilities statement package (no more than 10 pages in length, single spaced, 12 point font minimum) demonstrating ability to perform the services listed in this Sources Sought notice. A generic capability statement is not acceptable. Please review carefully the requirements listed below. Your documentation must address, at a minimum, the following: (1) title of the Sources Sought you are applying to; (2) company profile to include number of employees, revenue for the last 3 years, office location(s), DUNS number, CAGE Code, and a statement regarding certification of SDVOSB status; (3) prior/current corporate experience performing efforts of similar size and scope within the last three years, including contract number, organization supported, indication of whether as a prime or subcontractor, contract values, Government point of contact with current telephone number, and a brief description of how the referenced contract relates to the services described herein; (4) resources available such as corporate management and currently employed personnel to be assigned to tasks under this effort to include professional qualifications, specific experience of such personnel, and the ability to have personnel located at the installation specified; (5) management approach to staffing this effort with qualified personnel; (6) companys ability to begin performance upon contract award. PART II Market Research Questions (there is no page limit to this portion of response). Answers to the questions will be accepted from interested parties of all sizes and is not restricted to small business concerns. 1. What information and workload data is necessary to adequately scope the requirement as a Firm Fixed Price (FFP) effort? 2. What risks do you foresee in utilizing a FFP contract and how would you recommend mitigating these risks? 3. Would you consider this acquisition a commercial service as defined in FAR Part 2.101? What portions of the requirement would you consider non-commercial? 4. Provide any other applicable comments or recommendations not addressed above. The capability statement package and market research responses shall be sent by mail to MAJ Richard Downs, Contract Specialist, Mission and Installation Contracting Center Fort Eustis, 2746 Harrison Loop, Fort Eustis, VA 23604 or by email to richard.downs@us.army.mil. Submissions must be received at the office cited no later than 4:00 p.m. (Eastern Standard Time) on 7 September 2010. Questions or comments regarding this notice may be addressed to MAJ Richard Downs at 757-878-3166 ext. 3390 or via email at richard.downs@us.army.mil All responses must include the following information: Company Name; Company Address; and Point-of-Contact (POC) name, phone number, and e-mail address.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/513302357fd0fc885605642e21726c7b)
- Place of Performance
- Address: Fort Eustis Contracting Center (W911S0) Building 2798, Fort Eustis VA
- Zip Code: 23604-5538
- Zip Code: 23604-5538
- Record
- SN02261764-W 20100902/100831235500-513302357fd0fc885605642e21726c7b (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 |