Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 18, 2012 FBO #3920
SOURCES SOUGHT

D -- INC 1 Sustainment

Notice Date
8/16/2012
 
Notice Type
Sources Sought
 
NAICS
334290 — Other Communications Equipment Manufacturing
 
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
W15P7T-13-R-0001
 
Response Due
9/21/2012
 
Archive Date
11/20/2012
 
Point of Contact
Jeffrey Barbara, 443 861 4987
 
E-Mail Address
ACC-APG - Aberdeen Division B
(jeffrey.m.barbara.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
Email is going to be the Tranference of all Technical Data from Specialist to Interested Parties, due to the lack of size availability on ASFI. REQUEST FOR INFORMATION: This announcement constitutes an official Request For Information (RFI). This is a request for information only, as defined in FAR 15.201(e). THERE IS NO SOLICITATION AT THIS TIME. This request for capability information does not constitute a request for proposals; submission of any information in response to this RFI market survey is purely voluntary. The government assumes no financial responsibility for any costs incurred. DISCLAIMER: This RFI is for planning purposes only. It shall not be considered a Request for Proposal (RFP) or Invitation for Bid (IFB). Nor is it an obligation from the U.S. Government (USG) to acquire any products or services, or an authorization to incur any cost in anticipation of such authorization. This office does not intend to award a contract on the basis of this RFI or reimburse respondents for information solicited. This information is subject to change and in no way binds this office to pursue any course of action described herein. If this office chooses to issue a RFP at some future date, another notice will be published. PURPOSE: The Office of Federal Procurement Policy has been encouraging government contracting officers to communicate better with industry before and after contract awards to better understand what is available and how it should be contracted. A central tenet of acquisition reform is to significantly improve the quality of market research. One of the main benefits of solid market research is to materially improve the Government's understanding of the current state of the marketplace, including commercial/Government best practices, industry capabilities, innovative delivery approaches, commercial market service levels, performance strategies and measures. The Government is also interested in identifying performance criteria that differentiates between and among high quality firms in this field. This information will dramatically improve the quality of the forthcoming acquisition, inclusive of the solicitation and resulting contract. This is not a Request for Proposal (RFP) or an Invitation for Bid (IFB). Nor is it to be construed as a commitment by the Government. Responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. The contemplated contract shall provide Performance Based Logistics (PBL) for the Warfighter Information Network - Tactical Increment 1(WIN-T Inc 1) unique Class IX Items. This RFI is intended to provide a forum to identify opportunities to increase efficiencies and effectiveness of the sustainment phase of the life cycle for WIN-T Inc 1 systems through the application of PBL. Based on responses to this RFI, it is anticipated a future solicitation will be issued for full and open competition with an estimated contract award date in the First Quarter Fiscal Year 2014. Note: RFI responses will NOT be shared with other industry suppliers and will solely be used as part of the contract planning process. This RFI replaces the RFI posted on August 19th 2011 under solicitation number W15P7T-11-R-B205 and contains a re-defined scope of work. RESPONSES: All submissions should be in Microsoft Word for Office 2007 or a compatible format. The Government intends to use various military, civilian, and contractor personnel in reviewing and evaluating any responses to this announcement. The Army contracts with each company include the appropriate organizational conflict of interest and nondisclosure agreements. Proprietary information WILL NOT BE ACCEPTED. A.The government will evaluate responses to this RFI to ascertain potential market capacity to 1) provide support consistent in scope and scale with those described in this notice and otherwise anticipated; 2) secure and apply the full range of corporate financial, human capital, and technical resources required to successfully perform similar requirements; 3) implement a successful project management plan that includes: compliance with tight program schedules, cost containment, meeting and tracking performance, hiring and retention of key personnel and risk mitigation; and 4) provide material under a performance based acquisition contract. B.In providing your response to this RFI, please ensure you address the following, as well as, provide any additional data/information you feel is necessary for the Government to assess the availability of suppliers for this effort. In addition, if your organization has the potential capacity to perform above requirements, please discuss the particulars of this effort with regard to the aforementioned Governmental Compliance Standards. Responses SHALL NOT include any proprietary data: 1)Organization name, address, email address, Web site address, telephone number, and size and type of ownership of your organization. 2)A one page company history to include prior major products and primary customer base. 3)Responders should provide examples of past performance on DoD Performance Based Logistics (PBL) contracts. Specifically, please state your experience performing as a supply support provider on a component level PBL contract, as well as your firm's knowledge of PBL concepts. Please provide examples of your firm's ability to perform the tasks identified in the Draft SOW, including handling of the classified information up to SECRET. 4)Please provide examples of the PBL contracts you have performed to include the contract type (FFP, FPIF, etc), contract period of performance, funding frequency, and metrics to which you performed. If applicable, provide DOD agency and contract number. Please state your firm's preference for contract type, length, funding frequency, and metrics on a future contract. 5)If your firm has performed on a fixed price PBL contract, please state the metrics under which you performed, specifically, if there were any supply metrics and if so what they were. Please state how payments were related to Operations Tempo (OPTEMPO). For example, was there a flight hour, operating hour, or some other unit of payment? Alternatively, if demand bands or some other type of range quantity was used, please state what it was. Please indicate your firm's preference for either type of payment to OPTEMPO relationship. 6)Responders should provide examples of their experience with Public Private Partnering (PPP). If applicable, provide DOD agency and contract number. Please state what type of PPP arrangement you have experience with (i.e. work share, direct sales, etc). Please provide successes, challenges, lessons learned, and timeframes experienced for implementation. 7)Briefly describe any potential constraints and boundaries that you anticipate with the responsibilities of managing a PBL contract. Please state any challenges you foresee with regard to obtaining and managing the Inc 1 items listed on Attachment A. 8)Electronic Data Interchange (EDI): Please state what electronic data formats your firm utilizes, specifically whether or not your firm uses the ANSI X12 EDI format either in dealings with other firms or in dealings with the Government. Please state your firm's experience with DLA Transaction Services. Specifically, please identify any experience you have had in sending and receiving data through DLA Transaction Services in the performance of Government contracts. Please state whether or not your firm has utilized one of the Value Added Networks (VANs) referenced in Section 3.2.13 of the Draft SOW. 9)Cost: For planning purposes, vendor should provide a Rough Order of Magnitude (ROM) for the work described in the attached Draft SOW for the period of performance identified 5 (five) years. Submission of information: Responses to this RFI shall be unclassified and should not exceed 40 pages in length. Telephone or verbal inquiries regarding this notice will not be honored. All restricted information SHALL be clearly marked. Responses to the RFI will not be returned and no feedback or evaluations will be provided to companies regarding their response to this RFI. All interested parties are invited to submit a response to this RFI on or before 21 SEPTEMBER 2012, 1600 Eastern Daylight Savings Time (EDST). Any Government answers, responses will be posted to the ASFI. Accordingly questions shall NOT contain proprietary or classified information. All responses and questions under this RFI must be transmitted electronically via e-mail to: JoAnn M. Mazza Procuring Contracting Officer Army Contracting Command - APG, Fort Dix Station c/o C4ISR & Net Mod (Range 1) 395 Hockamick Road P.O. Box 67 Cookstown, NJ 08511 Telephone: 609 562 4113 joann.m.mazza.civ@mail.mil AND Jeffrey M. Barbara Contract Specialist 6001 Combat Drive, Aberdeen Proving Ground Telephone: 443 861 4987 Jeffrey.M.Barbara.civ@mail.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/96c7170f7fed38592773ef04ad0ef209)
 
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
SN02843211-W 20120818/120817000954-96c7170f7fed38592773ef04ad0ef209 (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.