MODIFICATION
D -- Systems Engineering and Technical Assistance (SETA) support to the Communications Electronic Command (CECOM) Software Engineering Center (SEC), Command, Control and Communications - Tactical (C3T) Directorate
- Notice Date
- 9/22/2015
- Notice Type
- Modification/Amendment
- NAICS
- 541511
— Custom Computer Programming 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
- W56JSR15RC3TSETA
- Response Due
- 10/7/2015
- Archive Date
- 11/21/2015
- Point of Contact
- Cathy Rosenkranz, 443-861-8022
- E-Mail Address
-
ACC-APG - Aberdeen Division B
(cathy.l.rosenkranz.civ@mail.mil)
- Small Business Set-Aside
- N/A
- Description
- This is a Request for Information (RFI)/Sources Sought 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 active certified 8(a) sources that can provide Systems Engineering and Technical Assistance (SETA) support to the Communications Electronic Command (CECOM) Software Engineering Center (SEC), Command, Control and Communications - Tactical (C3T) Directorate in support of its worldwide customers. This effort will be a Firm Fixed Price (FFP) for all line items other than travel and materials. Travel is on a Cost basis in accordance with FAR 16.302. The period of performance will be for one (1) base year and one (1) year option period. This effort is anticipated to be awarded in the March-May timeframe. The preponderance of the work will require professional grade workforce. 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: program support e.g., acquisition and budget planning, business and financial programming and execution, fielding and execution, system analysis and integration, program oversight, sustainment and operation, and analysis of emerging technologies, support; subject matter experts on waveform applications, Information Assurance (IA), networking, and software solutions. The primary support requirements will be: Technical Interchange. The contractor shall participate in meetings, reviews, conferences, and working groups to provide technical insight and recommend alternative solutions to the Government to include preparing and distributing meeting minutes. Information Assurance (IA). The contractor shall provide Information Assurance (IA) support with technical reviews and system related documentation for security requirements, certification, and accreditation of Army and DoD automated information systems. Configuration Management. The contractor shall support the development of configuration management policy directives, configuration management plans, software control coordination documents, and configuration control procedures. System Support. The contractor shall support and maintain test networks to include routing, switching, Virtual Local Area Network (VLAN), and Voice over Internet Protocol (VoIP). The contractor shall design, develop, integrate, test, and deploy software solutions. The Contractor shall support domain analysis, architecture definition, prototyping, requirements specification, and engineering/revisions for software design. The contractor shall modify, maintain, and enhance Wave Form Application (WFA) code for SEC C3T. The Contractor shall provide hardware/software support for evolving/emerging communications, control, and transmission systems. Program Management. The Contractor shall prepare, collect, consolidate, analyze, and document financial planning and budget execution data. The Contractor shall document and prepare technical specifications, documents, analysis, reports, memos, white papers, publications, and trade studies. The contractor shall provide Post-Production Software Support (PPSS) and Post Deployment Software Support (PDSS) by developing project plans and detailed tasking, determine resources needed, architecture and design, and oversee PPSS/PDSS release. 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 541511 - -- Custom Computer Programming Services. The Small Business Size Standard for this NAICS code is $27.5 Million dollars. For more information refer to http://www.sba.gov/content/table-small-business-size-standards. 3. If you identify your company as an active certified 8(a) company, is your company interested in a prime contract for the Systems Engineering and Technical Assistance (SETA) support to the Communications Electronic Command (CECOM) Software Engineering Center (SEC), C3T Directorate in support of its worldwide customers? Please provide the Small Business Administration (SBA) Business Development Servicing Office and the SBA 8(a) certification exit date. 4. Please describe your experience and knowledge in working in the areas bulleted above. 5. Government facilities will be provided for this effort at the Communications-Electronics Command (CECOM) SEC C3T Directorate facility at Aberdeen Proving Ground, MD. The contractor in support of this requirement shall utilize these facilities as the primary locations. Is your company located near Aberdeen Proving Ground, MD, or can staff be readily available to provide support at Aberdeen Proving Ground, MD within 30 days of contract award? 6. Under the current SB recertification regulations, do you anticipate your company remaining an 8a eligible vendor for this effort? a. What percentage of this requirement do you plan to perform in house (not sub- contract out)? Provide detail explanation on how will you be in compliance with the limitation on subcontracting at FAR 52.219-14. 7. Please provide details regarding any anticipated teaming arrangements, strategic alliances, or other business arrangements to satisfy requirements. Interested vendors are encouraged to identify teams, indicating each team member's size status based upon the North American Industrial Classification System (NAICS) code of the work that the team member may be doing. Please list the process used in selecting the teaming members and ramp on additional personnel with skill sets required for this requirement? 8. 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. 9. Interested companies may also provide a quote mark capabilities statement quote mark describing how its products and technical expertise could produce and deliver such a capabilities as described in the bulleted items. Also, identify your company's past and current customers to which you provided similar products, including a customer/company name and point of contact, phone number and address/e-mail where they can be contacted. 10. Does your company possess a SECRET Facility Clearance with NO safeguarding requirements? 11. Does your company possess an adequate accounting system? ***All information should be provided via electronic mail to Cathy Rosenkranz, SEC Contracts Analyst: cathy.l.rosenkranz.civ@mail.mil, and SEC Technical representative: kevin.d.mckinney8.civ@mail.mil, no later than close of business, 6 October 2015
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/915200ffb9c452080382dc3d14413495)
- 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
- SN03899286-W 20150924/150923000833-915200ffb9c452080382dc3d14413495 (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 |