Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 10, 2012 FBO #3912
MODIFICATION

D -- Market Research and Request for Information (RFI) for

Notice Date
8/8/2012
 
Notice Type
Modification/Amendment
 
NAICS
541330 — Engineering Services
 
Contracting Office
ACC-APG - Aberdeen Division B, HQ CECOM CONTRACTING CENTER, 6001 COMBAT DRIVE, ABERDEEN PROVING GROU, MD 21005-1846
 
ZIP Code
21005-1846
 
Solicitation Number
RFIMRC0555
 
Response Due
8/10/2012
 
Archive Date
10/9/2012
 
Point of Contact
Laura Crescenzo, 443-861-4723
 
E-Mail Address
ACC-APG - Aberdeen Division B
(laura.m.crescenzo.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a Request for Information (RFI) only. Do not submit a proposal or quote. After reviewing the Description of Requirements currently posted to FEDBIZOPS, interested capable Contractors are invited to provide responses to the following questions. Please provide responses if you can support the entire requirement. Responses should follow this format and be submitted electronically as one complete document. This RFI is for informational purposes only and is not to be construed as a commitment by the Government to procure any items services, or for the Government to pay for the information received. Responses to this Source Sought are due by August 10, 2012. Please submit all RFIs to - michelle.a.timmons.civ@mail.mil, Elaine.e.colbert.civ@mail.mil, and laura.m.crescenzo.civ@mail.mil. Subject line must read RFI MRC-0555. 1. Please provide the following Point of Contact information: Company: Address: Point of Contact: Phone Number: Fax Numbers: Email Address: 2. Please identify your company's small business size standard based on the primary North American Industrial Classification System (NAICS) code of 541330 - Professional, Scientific, and Technical Services - Engineering services. The Small Business Size Standard for this NAICS code is $14,000,000.00. For more information, refer to http://www.sba.gov/content/table-small-business-size-standards. Large Business Concern Small Business (SB) Concern 8(a) Small Disadvantaged Business (SDB) Woman-Owned Small Business Historically Underutilized Business Zone (HUBZone) Veteran-Owned Small Business Service-Disabled Veteran-Owned Small Business 3. If you identify your company as a Small Business or any of the SB subcategories as stipulated in Question # 2, then is your company interested in a prime contract for the requirement? 4. Under the current SB recertification regulations, do you anticipate your company remaining a small business, under primary NAICS Code 541330 - Professional, Scientific, and Technical Services - Engineering services? If you are a SB answer questions 4A & B. All others skip to Question #5. A. If your company is awarded the contract, will you be able to perform at least 50% (percent) of the work? B. If you are a small business, can you go without a payment for 90 days? 5. Does your company have experience as a prime contractor administering Multiple Award Contracts (MACs)? 6. If you answered "yes" to Question # 5, please provide as much of the following information as possible; A. MAC contract number(s); B. aggregate dollar value of entire MAC contract; C. aggregate dollar value of task orders you prime on each MAC; D. number of task orders you prime on MAC; E. Is the work on each MAC similar in scope to that of this requirement? 7. Is your company planning on business arrangements with other companies, please list the process used in selecting the members? 8. Please provide details regarding proposed joint ventures, teaming arrangements, strategic alliances, or other business arrangements to satisfy requirements. Offerors are encouraged to identify teams, indicating each team member's size based upon the NAICS code of the work that the team member may be doing. 9. Is your company currently providing similar services to another government agency (you may also include contract #s for government) or other non-government customer? If so, please identify the agency or non-government customer. If you are unwilling to share your customer's identity, please address whether your company offers the same or similar services commercially 10. Has your Company performed this type of effort or similar type effort (to include size and complexity) in the past, if so provide Contract Number, Point of Contact (POC), e-mail address, phone number, and a brief description of your direct support of the effort? 11. What are the core competencies of your employees that would support the need of the requirements? Also, provide the total number of individuals currently employed by your company that are capable of supporting the requirements. 12. Does your company have a SECRET facility or access to one should it be required? 13. Do all the employees that would support this requirement have a SECRET Clearance? 14. Does your firm possess an approved Defense Contract Audit Agency (DCAA) accounting system? 15. Interested companies may also provide a "White Paper: (no more than 20 pages in length) describing how its products and technical expertise could produce and deliver such capabilities as described in the information below. Also, identify your company's past and current customers to which you provide similar products, including a customer/company name, point of contact, phone number, and address/e-mail where they can be reached. BACKGROUND This is a request for information (RFI) not a request for proposal (RFP). The US Army Product Director, Positioning, Navigation and Timing (PD PNT) and Program Manager Navigation Capabilities Special Projects (PM NCSP) is seeking sources to provide systems engineering, product technical development and program management support services for emerging Positioning Navigation and Timing (PNT) products and technologies. The PD PNT and PM NCSP mission is to provide Army units with PNT capabilities including precise worldwide common grid positioning determination and navigation capabilities in all weather, night-time and adverse signal environments. PD PNT and PM NCSP are responsible for developing, assessing, evaluating, procuring, integrating and supporting PNT products and or technologies for stand-alone, installed and system-integrated applications to Army systems. PNT products will provide scalable, Open Architecture solutions for cross-cutting capabilities within Army COE, with network centric PNT as strategic focus. The PD PNT mission includes research & development, procurement, Total Package Fielding (TPF), training, integration, sustainment engineering and logistics support for User Equipment (UE) systems including handheld, integrated and embedded UE system solutions. DESCRIPTION The contractor shall provide experienced system level support to Product Director PNT in Program Management, Engineering, Logistics and Administration for all phases of the program lifecycle for current User Equipment and emerging PNT products and technologies. Program Management support includes participating in the development of Program Objective Memorandums, strategies, schedules, Business Case analysis, acquisition planning, policy implementation and achievement of milestone objectives for emerging PNT and Augmentation technologies. Engineering support includes system engineering expertise in secure military GPS technology in support of concept development, requirements analysis, systems design and architecture, engineering integration, test and evaluation, hardware and software validation support, host platform integration support, field demonstrations of PNT and Augmentation products or technologies. Logistics support includes assessment, planning and implementation efforts to ensure supportability through the product lifecycle to include maintenance assessments, Integration Logistics Support (ILS), Total Package Fielding (TPF), institutional and new equipment training, sustainment engineering, logistics standards, policy and procedures and contract data requirements list (CDRL) review in support of all current products. Administrative support includes development and maintenance of databases to track PNT requirements, product and customer data, Program Office level briefings, reporting and tracking systems, various IPTs and Working Groups, website and knowledge management activities and security activities as required. REQUIREMENTS ANALYSIS The contractor shall provide Business Case Analysis and related strategic planning information as directed by PD PNT, ensuring the PNT and Augmentation solutions are consistent with the CDD (spell out) and the requirements are fully addressed by GPS UE being integrated into DoD platforms. The contractor shall assist the Government with operational and technical analysis in support of the requirements generation process of the Army Training and Doctrine Command (TRADOC) Capability Manager (TCM) Tactical Radio, United States Army, Signal Center Ft Gordon, GA. The contractor shall assist at the Army TRADOC level in the development and processing of Operational Needs Statements (ONS), Concepts of Operation (CONOP), Capstone Requirements Documents (CRD), Initial Capabilities Documents (ICD), Capability Development Documents (CDD), and Capability Production Documents (CPD). The contractor will coordinate with Army Combat Developers and Materiel Developers as required. The contractor shall assist at the DoD Joint Service level in the development of GPS and Modernized GPS User Equipment requirements, Joint Capability Integration Development System (JCIDS), Joint Capability Documents (JCD) in support of the DoD space-based Position Navigation and Timing (PNT) architecture and strategy. The contractor will coordinate with the U.S. Strategic Command (USSTRATCOM) and its Service Components, Joint Staff, Defense Information Systems Agency (DISA), National Security Space Office (NSSO) and Communications Functional Integration Office (COMM FIO).
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/92d16a4d89ce6b7a143bed2e30e60370)
 
Place of Performance
Address: ACC-APG - Aberdeen Division B HQ CECOM CONTRACTING CENTER, 6001 COMBAT DRIVE ABERDEEN PROVING GROU MD
Zip Code: 21005-1846
 
Record
SN02831576-W 20120810/120809000626-92d16a4d89ce6b7a143bed2e30e60370 (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.