Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 29, 2011 FBO #3504
SOURCES SOUGHT

D -- Acquisition and Program Management Services

Notice Date
6/27/2011
 
Notice Type
Sources Sought
 
NAICS
541512 — Computer Systems Design Services
 
Contracting Office
Defense Information Systems Agency, Procurement Directorate, DITCO-Scott, 2300 East Dr., Building 3600, Scott AFB, Illinois, 62225-5406, United States
 
ZIP Code
62225-5406
 
Solicitation Number
MAC0035
 
Archive Date
7/26/2011
 
Point of Contact
Matthew R. Cassady, Phone: 6182299713
 
E-Mail Address
matthew.cassady@disa.mil
(matthew.cassady@disa.mil)
 
Small Business Set-Aside
N/A
 
Description
Request for Information (RFI) for Acquisition and Program Management Services Contracting Office Address: Defense Information Systems Agency, DITCO-Scott PL8313, P.O. 2300 East Drive, Bldg 3600, Scott AFB, IL, 62225-5406 Description: PURPOSE : The Commercial Satellite Communications (COMSATCOM) Center is conducting this Request for Information (RFI) to obtain support services in the areas of acquisition, program management and satellite services. This task order requires expertise in the commercial satellite communications industry business practices and processes, satellite network technologies, financial structure and pricing models expertise, systems engineering, and technical assistance. The purpose of this RFI is to determine sources with competencies and demonstrated experience in integrated planning, cost-effective acquisition and effective provisioning of services, integrated management of operations, and alignment of collateral programs. THE GOVERNMENT DOES NOT INTEND TO AWARD A CONTRACT ON THE BASIS OF THIS RFI OR REIMBURSE ANY COSTS ASSOCIATED WITH THE PREPARATION OF RESPONSES TO THIS RFI. This RFI is issued solely for information and planning purposes and does not constitute a solicitation. All information received in response to this RFI marked Proprietary will be handled accordingly. Responses to the RFI will not be returned. Whatever information is provided in response to this RFI will be used to assess the small business market in the areas of acquisition management, program management, satellite services and engineering. In accordance with FAR 15.201(e), responses to this RFI are not offers and cannot be accepted by the Government to form a binding contract. This RFI is a request for all small businesses to describe their technical capabilities and demonstrated experience in the areas of planning, acquisition, engineering, and the management of Fixed Satellite Services (FSS), Mobile Satellite Services (MSS) and Enhanced Mobile Satellite Services (EMSS) requirements. Additionally, interested parties shall describe their technical capabilities and demonstrated experience in acquisition oversight, program management, advocacy, and systems engineering while also delivering operational capabilities and services to the Commander in Chief and the Warfighter. All interested contractors are requested to provide written response to the requested information below. A response to this RFI is necessary in order to assist DISA in determining the potential levels of interest, adequate competition, and technical capability within the Small Business Community to provide the required services. In addition, this information will also be used to assist DISA in establishing a basis for developing any subsequent potential subcontract/small business participation plan and/or small business goal percentages. Sources Sought: This Sources Sought Synopsis is requesting responses to the following criteria from interested parties that can provide the required services under the North American Industry Classification System (NAICS) Code 541512 This Synopsis is encouraging responses from any qualified and capable source, including Small Businesses, Service Disabled-Veteran Owned Small Businesses, Veteran-Owned Small Businesses, Women-owned Small Businesses, HUBZone Small Businesses, Small Disadvantaged Small Businesses, Historically Black Colleges and Universities/Minority Institutions, Small Business Joint Ventures, Consortiums and Teaming Partners. This Sources Sought Synopsis is issued to assist the agency in performing market research to determine whether or not there are two or more qualified and capable Small Businesses to provide the aforementioned service. In order to make a determination for a small business award, two or more qualified and capable small businesses must submit responses that demonstrate their qualifications. Responses must demonstrate the company’s ability to perform in accordance with the Limitations on Subcontracting clause (FAR 52.219-14). Interested small businesses meeting the small business standard of NAICS code 541512 is requested to submit a response to the POCs provided at the end of this release within 14 calendar days of issuance of this RFI. Late responses will not be considered. Responses should provide the business’s DUNS number and CAGE code and include a statement of self certification under the NAICS code. Additionally, responses should include recent (within the past three years or work that is on-going) and relevant experience (work similar in type and scope) to include contract numbers, project titles, dollar amounts, and points of contact with telephone numbers where the responder performed the relevant work. Marketing brochures and/or generic company literature will not be considered. Not addressing all the requested information may result in the Government determining the responder is not capable of performing the scope of work required. Requested Information: Interested vendors are requested to submit a maximum 15 page statement of their knowledge and capabilities to perform the following: 1. Describe your knowledge and capability to perform collection and analysis of DoD COMSATCOM utilization and expenditure data and development of reports that address both historical usage and market analysis. 2. Describe your knowledge and capability to assist in the acquisition of major COMSATCOM acquisition of services programs (LCC >$100M) for Fixed Satellite Services (FSS), Mobile Satellite Services (MSS), and Enhanced Mobile Satellite Services (EMSS). The experience should include the ability to identify requirements through both customer input, historical usage, and market analysis; perform Cost Benefit Analysis (CBA) or Analysis of Alternatives (AoA) to determine the recommended acquisition strategy; develop an Acquisition Strategy utilizing the recommended CBA or AoA approach and addressing the requirements; assist in development of all documentation required for an approved COMSATCOM acquisition strategy (e.g., acquisition plan, source selection plan, etc.); provide technical, strategy, business, post award support and market advisory support; develop guidelines to assist in the award of MSS and FSS requirements on GSA Schedule 70; develop guidelines to assist in the award of task orders to ID/IQ contracts; provide updates of DDOE Technical Specifications as additional Transponded/Inmarsat services are made available to DoD customers; develop tracking tools for Inmarsat transition and post-award. 3. Describe your knowledge and capability to perform in the area of business process reengineering and/or continuous process improvements (CPI). The experience should include evaluating and recommending changes to current processes; developing transition plans, customer outreach material and supporting implementation of continuous process improvement effort. 4. Describe your knowledge and capability as it relates to engineering and designing net-centric commercial Fixed Satellite Service (FSS) and Mobile Satellite Service (MSS) solutions. The experience should include satellite bandwidth, teleport services, terrestrial backhaul circuits, management and control, and unique security and legal requirements (e.g., TT&C encryption requirements, landing rights, host nation agreements). 5. Describe your knowledge and capability as it relates to technology assessments, market research and analysis to identify and recommend viable solutions to refresh and enhance current DoD communications and information systems. Relevant experience should consist of extensive knowledge and experience in the following: requirements development, designing, implementing, operating and maintaining circuit-based and IP based SATCOM networks. Experience and background to respond to inquiries regarding COMSATCOM licensing and approval requirements and processes for all countries is a desired experience. 6. Describe your knowledge and capability to address constraints such as capacity, performance, interoperability, security, and integration as it relates to commercial satellite communications. The experience should include the ability to develop an understanding and assessment of requirements to enable global communications across satellite links and infrastructure. 7. Describe your experience in the area of financial management. Relevant experience should consist of extensive knowledge and experience in the following: Defense Working Capital Fund (DWCF), DoD Contract Invoicing and payment, Earned Value Management and DoD Planning, Programming, Budgeting, and Execution (PPBE). Responses: Interested vendors should forward their capabilities and other information to be considered to Katrina.Lewis@disa.mil, Alicia.Joseph@disa.mil and Freddie.Clark@disa.mil. Responses to this RFI are to be submitted by and RECEIVED by 2:00 PM EST, 11 July 2011. Responses must be single-spaced, Times New Roman, 12 point font, with one inch margins, and compatible with MS Office Word 2007. Proprietary information and trade secrets, if any, must be clearly marked on all materials. All information received that is marked Proprietary will be handled accordingly. Please be advised that all submissions become Government property and will not be returned. All government and contractor personal reviewing RFI responses will have signed non-disclosure agreements and understand their responsibility for proper use and protection from unauthorized disclosure of proprietary information as described 41 USC 423. The Government shall not be held liable for any damages incurred if proprietary information is not properly identified. Points of Contact: Program Analyst: Katrina Lewis E-Mail: Katrina.Lewis@disa.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DISA/D4AD/DITCO/MAC0035/listing.html)
 
Record
SN02483389-W 20110629/110627235001-e81e024e2fd2d5441d90bce125012275 (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.