Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 30, 2015 FBO #5028
MODIFICATION

R -- Request for Information - Market Research for the rescoped Systems and Computer Resources Support (SCRS) requirement.

Notice Date
8/28/2015
 
Notice Type
Modification/Amendment
 
NAICS
541330 — Engineering Services
 
Contracting Office
ACC-RSA - (Missile), ATTN: CCAM, Building 5303, Martin Road, Redstone Arsenal, AL 35898-5280
 
ZIP Code
35898-5280
 
Solicitation Number
W31P4Q15RFISCRS01
 
Response Due
8/28/2015
 
Archive Date
10/27/2015
 
Point of Contact
Patrick Johns, 256-955-8104
 
E-Mail Address
ACC-RSA - (Missile)
(patrick.e.johns@us.army.mil)
 
Small Business Set-Aside
N/A
 
Description
CONTRACTING OFFICE ADDRESS Army Contracting Command-Redstone (ACC-R), ATTN: CCAM EX, Building 5303 Martin Road, Redstone Arsenal, AL 35898-5280 DESCRIPTION Amendment 01- This RFI posting is hereby revised to provide an identifier and to share the questions and answers received to date. The unique identifier is W31P4Q15RFISCRS01 Amendment 02 - This RFI posting is hereby amended to provide the quote mark anticipated approach quote mark the Government intends to use to satisfy the SED Strategic Systems, Battlefield Systems and Virtual Systems support services requirements. THIS IS A REQUEST FOR INFORMATION (RFI) ONLY - Solicitations are not available at this time. Requests for a solicitation will not receive a response. This notice does not constitute a commitment by the United States Government. This RFI is issued to survey the market for potential firms (both small and large businesses), with the capabilities and interest in participating as a prime contractor to provide services for any or all of the re-scoped SCRS requirements. The requirement represents a portion of SED's overall mission to provide systems and software engineering life-cycle management support for various aviation and missile systems in support of the warfighter. Representative examples include Air and Ballistic Missile Defense, Fire Support, Close Combat, Aviation, Command, Control and Communications, Interoperability, Intelligence/Surveillance, Embedded Systems/Computer Based Systems, training systems, training related game technology, Automatic Test Equipment, Automatic Identification Technology (AIT) and Unique Identification (UID), Internet/Mobile systems, and Personnel Performance computer or software systems. In addition, SED is responsible for the development and deployment of the America's Army program which includes the public game, weapon systems trainers, and Army recruiting applications. The requirement has historically been procured as a part of the overall scope of the EXPRESS requirement entitled, quote mark Systems and Computer Resources Support (SCRS) for the Software Engineering Directorate (SED) quote mark. Previous task orders for this requirement, all under Blanket Purchase Agreement, W31P4Q-05-A-0031 with Science Applications International Corporation, were 0008, 0025, 0032 and 0037. The follow-on requirement for the re-scoped SCRS is likely to consist of three individual systems service areas, which are described below. It is anticipated that the ACC-R will process a separate procurement for each of these three areas. A determination has not been made at this particular time regarding the method of procurement or the type of contract vehicle for each of these requirements. The three areas are as follows: (1) Virtual Systems - consists of virtual environments and interactive multimedia, which serve as the primary driver of system performance and operation; (2) Battlefield Systems - primary purpose is to provide fielded technological resources to the warfighter on the battlefield within the designated area of responsibility including supporting systems and; (3) Strategic Systems - consists of operational employment, spanning multiple areas of responsibility, and involving concurrent synchronous operations across combatant commanders. A draft requirements statement is included for each anticipated Area. Each of the three areas will require performance of the following tasks/duties: Program Management, Contract Work Breakdown Structure (CWBS), Review Audits, Contract Performance and Cost, Quarterly Status Reviews, Technical Reviews and Audits, Technical Instructions (TI) Management Plan, System Engineering, System Engineering Management Plan (SEMP), System Software Development Environment/Test Beds, Developer's interoperability Analyses/Requirements Definition/Tests, Developer's System Test Program, System Demonstrations/Operational Tests/user Evaluations, Software Development, Software Development Plan (SDP), Software Requirements, Software Design, Code and Unit Test /Integration Test, Developers Software Test Program, Simulation and Support Software Development, Software Products, Hardware Development, Hardware Requirements, Hardware Design, Prototype Development/Integration Test, Hardware Assembly and Test, Hardware Sustainment, Training, Transition Support, Software Fielding/User Support, Developer Change Control (DCC) Program, Foreign Military Sales (FMS), Non-System Specific Systems Engineering and Computer Resources Support, Senior Level/Computer Engineering and Technical Support, Developer System/Software Quality Assurance Program (SQA), Verification, Validation and Accreditation (VV&A) and System Engineering Support to Acquisition. Interested firms are requested to submit the following for any or all of the three areas identified above (Virtual Systems, Battlefield Systems and Strategic Systems). 1.A capabilities statement including contract vehicle, contract numbers, and COR contact information to support the cited capabilities to include whether you were the prime or subcontractors on the referenced contract. 2. A preliminary listing of current teammates/subcontractors 3.Potential organizational conflicts of interest, applicable to the respondent, shall be identified and addressed in not more than one page (included in the page count) 4. State your business size. State whether you are a small or large business. Include your applicable North American Industrial Classification Systems (NAICS) Codes. Submissions shall demonstrate/include: 1. The respondent's technical capabilities in accomplishing efforts consisting of a wide range of service requirements, which are the same or similar to the instant requirement. 2. The respondent's management capabilities in accomplishing the integration of multiple contract services, while maintaining the flexibility of performing multiple performance tasks, for efforts which are the same or similar to the instant requirement. 3. A list of all contract vehicles held by the respondent that can satisfy these requirements and is available for use by Federal Government Agencies. For purposes of the RFI, the capabilities statement, for each Area being responded to, shall not exceed 15 pages. The document(s) shall be prepared using Arial 12-point font style for printing on 8.5 X 11 inch paper. Each page shall identify the submitting respondent and page number. Responses shall submitted on a CD (2 copies) in one of two ways: 1) hand delivered or 2) mailed to U.S. Army Contracting Command - Redstone (ACC-R), ATTN: CCAM-EXT/Lear Rowan, Sparkman Center, Building 5303, Redstone Arsenal, AL 35898. Hand deliveries will be accepted on November 26, 2014, from 2:00-3:00 PM, CST, in the lobby of Bldg 5300, if mailed, submissions must be received NLT 4:00pm CST on November 26, 2014. All information submitted in response to this announcement is voluntary; the United States Government will not pay for information requested nor will it compensate any respondent for any cost incurred in developing information provided to the United States Government. The Government will assess the RFI responses, based on the capabilities statement, to determine if sufficient, qualified firms exist to conduct a separate competition for each of the three areas. The Government will also consider the information provided in the responses when determining the best contracting method and vehicle. Questions concerning this announcement may be addressed to Ms. Lear Rowan at (256) 955-9508, or email lear.rowan.civ@mail.mil; or Mr. John Mayes at (256) 842-7317 or email john.w.mayes.civ@mail.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/7d2e58aff1851ece718f25d935817ac0)
 
Place of Performance
Address: ACC-RSA - (Missile) ATTN: CCAM, Building 5303, Martin Road Redstone Arsenal AL
Zip Code: 35898-5280
 
Record
SN03861499-W 20150830/150828235426-7d2e58aff1851ece718f25d935817ac0 (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.