Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 31, 2015 FBO #4998
SOURCES SOUGHT

D -- Systems Engineering and Technical Assistance (SETA) support to the Communications Electronic Command (CECOM) Software Engineering Center (SEC), Intelligence Support Division (ISD)

Notice Date
7/29/2015
 
Notice Type
Sources Sought
 
NAICS
541611 — Administrative Management and General Management Consulting 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
W56JSR-16-R-SETA
 
Response Due
8/12/2015
 
Archive Date
9/27/2015
 
Point of Contact
Laura Pannucci, 443-861-8004
 
E-Mail Address
ACC-APG - Aberdeen Division B
(laura.m.pannucci.civ@mail.mil)
 
Small Business Set-Aside
Competitive 8(a)
 
Description
This is a Request for Information (RFI) only. Do not submit a proposal or quote. After reviewing the description of requirements, interested capable contractors are invited to provide responses to the following questions. 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. The purpose of this Request for Information (RFI)/Sources Sought is to identify potential sources that can provide Systems Engineering and Technical Assistance (SETA) support to the Communications Electronic Command (CECOM) Software Engineering Center (SEC), Intelligence Support Division (ISD), in support of its worldwide customers. The services will include related activities in support of all software maintenance, Post Deployment Software Support (PDSS) and Post Production Software Support (PPSS) services. Support will be provided for services for effective, efficient, and responsive full lifecycle management of efforts to include but not limited to: vision statements and doctrine; program support e.g., business and financial programming and execution, fielding and execution, system analysis and integration, strategic planning, contingency and mission support, program oversight, sustainment and operation, and analysis of emerging technologies, and subject matter experts on military tactics, techniques, and procedures. The primary support requirements will be done in accordance with the attached draft performance work statement. The requested information will be used by the Government for market research purposes only and is not a Request for Proposal or a Request for Quote in that it will not be used to place an order with any vendor directly. This is for informational purposes only and the Government will not be obligated to award to any interested vendors that present information in response to this RFI. QUESTIONS 1. Please provide the following Point of Contact information: Company: Address: Point of Contact: Phone Number: Fax Number: Email Address: 2.Please identify your company's small business size standard based on the applicable NAICS code of 541 - Administrative Management and General Management Consulting Services, 541611. The Small Business Size Standard for this NAICS code is $14 Million dollars. For more information refer to http://www.sba.gov/content/table-small-business-size-standards. 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.Describe your familiarity and experience with reporting procedures of deliverables, including Progress, Status and Management Reports, Performance Reports, Cost Reports and Technical Reports? If so, what was the average dollar value of those contracts? 4.For each of the requirements in the draft performance work statement, answer the following questions: a.What percentage of this requirement do you plan to perform (not sub-contract out)? b.Of the work you will perform, describe your capability to perform the work today including infrastructure, current available FTEs, and applicable prior experience on this effort. Please also describe your company's current ability to provide the required support, as defined in the draft performance work statement, for a contract value of approximately $4,800,000 and approximately 15 FTEs. Where applicable, describe the process you will use in order to ramp-up to perform 100% of your portion of this requirement, including recruitment, timeframe, training, associated costs, etc. c.Of the remaining work that will be performed by sub-contractor(s), describe your teaming strategy and their capability to perform the work today including sub-contractor infrastructure, currently available FTEs, and applicable prior experience. Where applicable, describe how the sub-contractors will ramp-up to perform 100% of their portion of the work, including recruitment, timeframe, training, associated costs, etc. 5.Describe your technical ability to accomplish the requirements in the draft performance work statement. 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 attached draft performance work statement. 6.Is your company currently providing similar services to another government agency 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. 7.Does your company currently have TOP SECRET cleared personnel or personnel capable of acquiring a TOP SECRET clearance for up to 15 personnel? 8.Is your company capable of providing up to 15 FTE's full-time at Fort Huachuca, AZ? 9.Does your company have Information Assurance personnel that are certified to DOD 85-70 Level 2 Information Assurance (IA) Technical requirements? If so, do they have experience working Risk Management Framework (RMF) and Intelligence Community Directive (ICD) 503 requirements? *** All information should be provided via electronic mail to Laura Pannucci, laura.m.pannucci.civ@mail.mil, and Cliff Gray, Clifford.t.gray.civ@mail.mil, (520-533-5773) no later than close of business 12 August 2015. ***
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/c64c817e343771b8c890af74cd3db713)
 
Place of Performance
Address: CECOM SEC ISD Fort Huachuca Fort Huachuca AZ
Zip Code: 85613
 
Record
SN03815995-W 20150731/150730000548-c64c817e343771b8c890af74cd3db713 (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.