SOURCES SOUGHT
D -- Market Research and Request for Information (RFI) for Business, Logistics, Technical and Engineering Support Services for the Project Director, Tactical Network Initialization (PD TNI)
- Notice Date
- 1/4/2013
- Notice Type
- Sources Sought
- 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
- RFIMRB1017
- Response Due
- 1/11/2013
- Archive Date
- 3/5/2013
- Point of Contact
- Scott Sloan, 443-861-5002
- E-Mail Address
-
ACC-APG - Aberdeen Division B
(scott.c.sloan@us.army.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 the Requirements currently posted to FEDBIZOPS, interested capable contractors are invited to provide responses to the following questions. Please provide responses if you can support some of the entire Requirement, highlighting the specific areas. 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 Sources Sought are due by January 11th, 2013. Please submit all RFIs to Contract Specialist Scott Sloan: scott.c.sloan.civ@mail.mil; 443-861-4653. 1. Please provide the following Point of Contact Information: Company: Address: Point of Contract: 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 (enter code) - Title. The Small Business Size Standard for this NAICS code is $ (enter appropriate dollar amount for the NAICS code). For more information, refer to http://www.sba.gov/content/table-small-business-size-standards. Large Business Concern Small Business (SB) Concern 8A Small Disadvantaged Business (SDB) Women-Owned Small Business Historically Underutilized Business Zone (HUBZone) Veteran-Owned Small Business Service-Disable 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 attached PWS. 4. Under the current SB recertification regulations, do you anticipate your company remaining a small business under the primary NAICS Code (enter code and title)? If you are a SB answer questions 4A and B. All others skip to Question #5. A. If your company is awarded the contract, will you 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 quote mark yes quote mark to Question #5, please provide as much of the following information as possible: A. MAC contract number(s): B. Aggregate dollar value of the 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 the attached PWS? 7. If 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 the 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 many also include contract number(s) for government) or other non-government customer? If so, please identify the agency or non-government customer. If you are willing 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(s), Point of Contact(s) (POCs), 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 requirements? Also provide the total number of individuals currently employed by your company capable of supporting the requirements. 12. Does your company have the ability to store/transmit TOP SECRET Sensitive Compartmented Information (SCI)? 13. Do all your employees, that would support this Requirement, have at least a SECRET Clearance? 14. Does your firm possess an approved Defense Contract Audit Agency (DCAA) accounting system? 15. Interested companies may also provide a quote mark White Paper quote mark (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 and attached PWS. Also, identify your company's past and current customers to which you provided similar products/services, including customer/company name(s), POCs, phone number, and address/e-mail where they can be contacted. Description of Effort: PD TNI consists of multiple teams that work together to provide initialization support to the Tactical Army. The primary deliverables of TNI to the Army are static Data Products (which include the LDIF, IP Configs, System Architectures and other files) and the Warfighter Initiation Tool. TNI is leading an effort to transition the Army to a more dynamic environment, currently conceptualized at the Initialization Tool Suite. The installation support TNI provides is required for the proper functioning PEO C3T fielded equipment. The anticipated SETA requirements for these teams are below, although SETA requirements for PD TNI will expand and contract alongside requirements. These teams include but are not limited to: The Multi disciplinary engineering team that provides the full range of engineering services as needed (described in the PWS). Current activities of focus for the Engineering team include leading the Initialization IPT at Network Integration Exercise ( NIE) at Fort Bliss, WIT software development and project management, representation of TNI in a variety of technical forums, exchanges and meetings, Software and LDIF testing, acquisition strategy development and documentation, and the development of an Initialization Tool Suite (ITS) to provide a more dynamic long-term initialization solution to the Warfighter. The SETA of portion of the TNI Engineering team includes: A Team of 8-12 engineers, with 2 additional engineers (total of 10 to 14) to serve as technical leads for PD TNI, with deep expertise in the full range ABCS systems, initialization technology, LDIF standards, past present and future PEO C3T Capability Set baselines, Tactical Army Network architectures, software development and project management, and System Engineering processes is TNIs most critical need. Travel will required for a variety of events, missions, meetings etc. 1-2 Operation specialists to manage complex engineering projects using Project management principles; 2-3 Program analysts to provide technical quality assurance support to Engineer projects; 1 Configuration Manger providing CM support for ongoing engineer projects. The Field Support Representative (FSR) team provides Initialization support to customer units. They are the primary face for all PD TNI support to Army units. The FSR team functions include; troubleshooting any real world technical problems that Customer units request assistance with, attending Unit Set Fielding Synch conferences to coordinate for data product delivery, attending unit exercises as technical experts to ensure the proper initialization of supported system, OCONUS support of deployed units, and providing formal classroom training on Data Products and the Warfighter Initialization Tool (WIT). The SETA FSR team will consist of: 20 to 32 FSRs, with 3 additional as regional leads (Total of 23 to 35) at each of the Army's CONUS AFSB locations. The FSRs should be thoroughly familiar with Unit set fielding, ABCS platforms and their capabilities, SWB2, CS11/12 and CS13 architectures; Mission Command fielded Command and Control Repository (C2R), IP templating for non-TNAC2 supported units and have the ability to troubleshoot and modify LDIFs quickly that are not properly meeting. Regular travel (est. 50 percent) to support a variety of events, both CONUS and OCONUS will be required. TNAC2- develops IP addressing and telephony numbering plans, standardized IP templates, and device configuration files to support Army Transformation and Modularity. TNAC2 maintains standardized Interconnectivity Diagrams (ICDs) to ensure the System of Systems (SOS) communications architecture is physically connected in accordance with the Systems Architecture and provided device configurations. The SETA portion of the TNAC2 team consists of: 4 Network Engineers, intimately familiar with WIN-T network architectures, IP Configuration production, network troubleshooting, creation of Interconnectivity Diagrams. These engineers will support large scale, often non standard networks, such as the one employed during Network Integration Events at Fort Bliss Texas. Regular travel to CTC rotations, NIEs, and other events will be required. The Production team that provides a full suite of 'Data Products' to ABCS equipped army units- primarily- through unit set fielding. These Data products include LDAP Data Interchange Format (LDIF) and System Architectures. The SETA portion of the production team will consist: 2 Configuration Mangers (CM) capable of maintaining CM of several thousand mission critical files regularly updated and delivered to customers throughout the world; 3 Software Engineers capable of advanced database programming, customization and maintenance of database production tools (which are regularly updated and changed); 1-2 System Architects intimately familiar with Tactical Army architectures that will produce System Architecture diagrams to use as the baseline for the production of LDIFs and other data product deliverables. Operations cell that ensures all customers are receiving data products on schedule. This cell will manage TNIs complex production process, and work with the sister organizations (with emphasis on WIN-T, Mission Command, and JBC-P) within PEO C3T to ensure our products are being scheduled and produced in a manner complementary to their unique requirements. This cell shall have an Operations lead that has a technical understanding of the technical aspects of TNI Data product development that will ensure TNI is delivering all required products to proper specification and on time. The SETA portion of the Operations Cell shall consist of: 2-3 Operations Analysts with indepth knowledge of customer and PEO C3T requirements. Place of Performance The places of performance include: The Primary place(s) of performance are Aberdeen Proving Ground (APG), MD and Fort Hood, TX. It is also anticipated that performance will occur at the following additional locations, either on a sustained or Travel basis: Fort Bliss, TX Fort Bragg, NC Fort Campbell, KY Fort Stewart, GA Fort Carson, CO Fort Bragg, NC Fort Lewis, WA Fort Riley, KS Fort Drum, NY Schofield Barracks, HI Fort Shafter, HI Fort Richardson, AK Fort Wainwright, AK Afghanistan Germany Additionally, it is anticipated that Contractors will be required to support training events, tests and meetings at various US Army, Army National Guard, US Army Reserve, US Navy, US Air Force and Marine Corp and commercial locations across the United States. There may also be travel required to support missions on overseas US installations located in but not limited to: Italy, Korea, Kuwait, and Japan. All Contractors require a Secret Security Clearance.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/eaa8f52636618b85c94c9b561399abab)
- Place of Performance
- Address: ACC-APG - Aberdeen Division B HQ CECOM CONTRACTING CENTER, 6001 COMBAT DRIVE ABERDEEN PROVING GROU MD
- Zip Code: 21005-1846
- Zip Code: 21005-1846
- Record
- SN02959227-W 20130106/130104234017-eaa8f52636618b85c94c9b561399abab (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 |