SOURCES SOUGHT
70 -- World Satellite Communication Services II (WSCS II) - ID01130004 - Request for Information
- Notice Date
- 1/10/2013
- Notice Type
- Sources Sought
- NAICS
- 517410
— Satellite Telecommunications
- Contracting Office
- General Services Administration, Federal Acquisition Service (FAS), Acquisition Operations Division (1QZA), 10 Causeway Street, Room 1085, Boston, Massachusetts, 02222, United States
- ZIP Code
- 02222
- Solicitation Number
- ID01130004
- Point of Contact
- Anthony W. Pellegrino, Phone: 617-565-5750, Nathan Cahoon, Phone: 617-565-5033
- E-Mail Address
-
anthony.pellegrino@gsa.gov, nathan.cahoon@gsa.gov
(anthony.pellegrino@gsa.gov, nathan.cahoon@gsa.gov)
- Small Business Set-Aside
- N/A
- Description
- ID01130004 - WSCS II Request for Information This Request for Information (RFI) is not a Request for Quote, Request for Proposal, or other solicitation document. The Government is not seeking quotes, proposals, or bids and no contract, express or implied, shall result from this Request for Information. The Government will not reimburse any person, firm, corporation, or entity for costs incurred in responding to this Request for Information. This RFI seeks to survey sources available to fulfill the World Satellite Communications Service II requirement (WSCS II) for the National Atmospheric and Oceanic Administration (NOAA). Details of the requirement are provided in the attached specification. Currently, the WSCS II services are provided via the WSCS I contract awarded to Americom Government Services (Contract number GS-35F-0328V, Order Number GST0112BK0015). The WSCS I contract expires on June 15, 2013. The WSCS II contract must be awarded prior to June 15, 2013. It is expected that the WSCS II contract will provide for up to a ten (10) year performance period Market Research conducted to date supports awarding a ten (10) year contract to Americom Government services to continue the Word Satellite Communication Services for NOAA and certain Department of Defense components on a non-competitive (sole-source) basis. Market Research supports a finding that contractors, other than Americom Government Services, would require a considerable period of time to establish the necessary network and other foundational requirements to complete contract requirements. Market research further supports a finding that the time and other resources necessary to complete contract requirements would exceed any potential cost savings to be realized via a competitive acquisition - even over the ten (10) year potential contract performance period. A competitive acquisition conducted on either a "Low Price Technically Acceptable" or "Best Value" basis would necessarily include price as an evaluation factor. The cost and price of the time and other resources necessary to complete contract requirements would likely cause the price of offers from Americom Government Services' competitors to be significantly higher than that the offer of Americom Government Services. Given the requirement is expressed as a specification, it is unlikely that any meaningful tradeoffs could be made between the price and technical components of an offer. This RFI requests sources to state their interest in participating in a competitive acquisition, notwithstanding the Government market research, by answering the questions which follow. Answers to the questions shall be provided to Anthony W. Pellegrino ( anthony.pellegrino@gsa.gov ) and Nate Cahoon (nate.cahoon@gsa.gov) not later than 5:00 p.m. (EST), January 31, 2013. a. Assuming a contract award of April 30, 2013, is your company capable of providing the services detailed in the attached specification (the "Specification") beginning June 16, 2013? If not, when would your company begin providing the services and what are the conditions precedent to providing the services? Stated another way, how much time is needed from the date of award of a contract until your company is able to provide the required services stated in the Specification? b. How will your company provide or undertake the necessary services detailed in the Specification at all required locations, most notably those at remote United States Military installations, to include Kaena Point, Hawaii and Thule Air Base, Greenland? Is your company able to provide or undertake the necessary services without regard to the locations detailed in the attached specification? If so, how would you complete the required services detailed in the Specification without regard to location? c. What real or personal property, if any, does your company require complete the services detailed in the Specification? Is any of that real or personal property currently owned by your company? If not, how long would it take your company to purchase of lease the necessary real or personal property (see paragraph a. above) d. Does your company currently offer for sale or lease the services detailed in the Specification? If so, does it currently offer for sale or lease those services under an existing Governmentwide Acquisition Contract, i.e., a GWAC, the Federal Supply Schedules (sometimes called the Multiple Award Schedule) or another indefinite-delivery/indefinite-quantity type contract? If so, please state the name(s) and contract number(s) for any such contracts. Please provide detailed responses but remember, this is a Request for Information and not a solicitation. No contract will be awarded from this RFI. If your company is interested in participating in a competitive acquisition, please respond by answering the foregoing questions in not more than ten (10) numbered pages using 1" margins, a 12-point font. Remember, a response is due to anthony.pellegrino@gsa.gov and nathan.cahoon@gsa.gov not later than 5:00 p.m. (EST), January 31, 2013. Please call or write if you have any questions or need additional information. Thank you and with best regards.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/584a0f7dc154312213b6251eebcd869c)
- Place of Performance
- Address: See Specification, United States
- Record
- SN02962888-W 20130112/130110234218-584a0f7dc154312213b6251eebcd869c (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 |