MODIFICATION
U -- PRE-EXECUTION AND DEVELOPMENT OF TRAINING, FIELDING AND CYBER SERVICES
- Notice Date
- 9/25/2014
- Notice Type
- Modification/Amendment
- NAICS
- 541330
— Engineering Services
- Contracting Office
- ACC-APG - Aberdeen Division C, 6001 COMBAT DRIVE
- ZIP Code
- 00000
- Solicitation Number
- W56KGY14RF001
- Response Due
- 10/7/2014
- Archive Date
- 11/24/2014
- Point of Contact
- Matthew Ebner, 443-861-5392
- E-Mail Address
-
ACC-APG - Aberdeen Division C
(matthew.c.ebner.civ@mail.mil)
- Small Business Set-Aside
- N/A
- Description
- Notice Type: Special Notice REQUEST FOR INFORMATION (RFI) FOR: PRE-EXECUTION AND DEVELOPMENT OF TRAINING, FIELDING AND CYBER SERVICES THIS IS A REQUEST FOR INFORMATION (RFI)/SOURCES SOUGHT ANNOUNCEMENT (SSA) ONLY. THIS REQUEST IS FOR PLANNING PURPOSES, AND SHALL NOT BE CONSTRUED AS A SOLICITATION ANNOUNCEMENT, INVITATION FOR BIDS, REQUEST FOR PROPOSALS, QUOTES OR AN INDICATION THAT THE GOVERNMENT WILL CONTRACT FOR THE ITEMS CONTAINED IN THIS NOTICE. AFTER REVIEWING THE DESCRIPTION OF REQUIREMENTS CURRENTLY POSTED TO FEDBIZOPS, INTERESTED CAPABLE CONTRACTORS ARE INVITED TO PROVIDE RESPONSES TO THE FOLLOWING QUESTIONS. THE GOVERNMENT WILL NOT REIMBURSE RESPONDENTS FOR ANY COST ASSOCIATED WITH THE SUBMISSSION OF THE INFORMATION BEING REQUESTED OR REIMBURSE EXPENSES INCURRED TO THE INTERESTED PARTIES FOR REPONSES. Responses to this Source Sought are due by 0800 EST (APG, MD) 07 October 2014. Please submit all RFIs to Matthew Ebner, Contract Specialist, matthew.c.ebner.civ@mail.mil. Subject line must read RFI W56KGY-14-R-F001 quote mark Company Name quote mark. Additionally, your response will be treated only as information for the Government to consider. As previously stated respondents will not be entitled to payment for direct or indirect costs that are incurred in responding to this RFI. Furthermore, this request does not constitute a solicitation for proposals or the authority to enter into negotiations to award a contract. No funds have been authorized, appropriated or received for this effort. The information provided may be used by the Army in developing its acquisition strategy, Statement of Work/Performance Work Statements and/or Statement of Objectives. Interested parties are responsible to adequately mark proprietary, restricted or competition sensitive information contained in their response accordingly. Synopsis: The purpose of this RFI is to identify potential sources capable of providing Subject Matter Experts (SME) and Network Engineers for pre-execution and development of training, fielding, and cyber services. This knowledge base must focus around communication systems such as but not limited to: Warfighter Information Technology Increments 1 and/or 2 - Tactical suite of systems and associated subsystems such as Joint Network Node (JNN), Command Post Node (CPN), Regional Hub Node (RHN), Tactical Communication Node (TCN), Point of Presence (POP), power generation, Satellite Transportable Terminal (STT), and Tactical Transmission systems such as vehicular mounted and hand held Radio, LOS, or long range systems and any support or closely related support systems. Specific knowledge required in support of the above mentioned systems and similar commercial off the shelf industry emerging technologies; but not limited to: IP based routing, IP voice technologies, and supporting transmissions systems. The SMEs and Network Engineers for Cyber Security must possess U.S. Army Certification and accreditation (C&A) experience in accordance with Defense Information Assurance Certification and Accreditation Process (DIACAP), Certified Information Security System Professional (CISSP), Certified Ethical hacker (CEH), Cisco Certified Networking Associate - Security (CCNA-S), Security Plus, Network Plus Certifications and Information Assurance Security Officer (IASO). These SMEs will lead teams with diverse functional and technical disciplines to include enterprise, architects, engineers, analysts, and networkers. They shall work directly with senior executives to advise on strategy, alignment, architecture, information technology solutions, and the associated impact on the organization and its stakeholders. They will provide resolution of highly complex problems and tasks, to integrate and translate complex concepts into tactical action plan. The contractor shall provide SMEs and Networking Engineering support in the planning, development and delivery of Emulation based training platforms, Virtualized training packages which meet present SCORM and IMI compliances. Requested Information: Vendors are invited to respond to the above described requirements. 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 $15,000,000.00. For more information, refer to http://www.sba.gov/content/table-small-business-sizestandards. 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 above synopsis? 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 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 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 above synopsis? 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 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 the ability to store/transmit SECRET Sensitive Compartmented Information (SCI)? 13. Do all the 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 10 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 provided similar products, including a customer/company name, point of contact, phone number, and address/e-mail where they can be contacted. 16. Have you provided Fiber Optic Repair Certification? If yes, please provide examples of past experience and types of accreditation/certification accomplished with specifics of customer base. 17. Do you have the ability to provide SCORM compliant Interactive Multi-Media Instruction (IMI) in levels 1-5 for distance knowledge sharing and collaboration? If not, provide detailed description of the level IMI you are capable of delivering? 18. Do you have an internal process or capability to deliver multimedia such as Learning Management System (LMS) in reference to item #17 above? If yes, please describe fundamentals and characteristics of your system for distance collaboration. 19. Have you delivered knowledge engineering for C4ISR systems? If yes, please provide examples of past experience including PEO, PM, weapon or information system details and the type of engineering support and level of effort you provided. 20. What was the individual dollar thresholds for the separate efforts identified in #19 above? 21. Do you have any IT industry partnerships associated with Commercial Certification? If yes, please provide examples of past experience including the extent of the partnership with the IT industry leaders you have identified. 22. What is the current engineering population in your organization and their labor category? Do you currently staff subject matter experts in the following technologies, if so provide quantities for each: Virtualization, Emulation, Information Assurance, OCO, CDO, DODN, VOIP, EOIP, VmWare, Juniper, wireless technologies, distributed computing, and tactical IP communications?
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/8c53c902c7a592b8775d76f09fe549f1)
- Place of Performance
- Address: ACC-APG - Aberdeen Division C 6001 COMBAT DRIVE6001 COMBAT DRIVE6001 COMBAT DRIVE, Aberdeen Proving Ground MD
- Zip Code: 21005-1846
- Zip Code: 21005-1846
- Record
- SN03528180-W 20140927/140925235519-8c53c902c7a592b8775d76f09fe549f1 (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 |