Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 24, 2016 FBO #5235
MODIFICATION

D -- Common Hardware Systems-5th edition

Notice Date
3/22/2016
 
Notice Type
Modification/Amendment
 
NAICS
334111 — Electronic Computer Manufacturing
 
Contracting Office
Department of the Army, Army Contracting Command, ACC - APG (W15P7T) Division B, 6001 COMBAT DRIVE, Aberdeen Proving Ground, Maryland, 21005-1846, United States
 
ZIP Code
21005-1846
 
Solicitation Number
W15P7T15RCHS5
 
Archive Date
11/14/2015
 
Point of Contact
Scott Charles Sloan, Phone: 4438614952, Phillip S. Vitakis, Phone: 443-861-4960
 
E-Mail Address
scott.c.sloan.civ@mail.mil, phillip.s.vitakis.civ.@mail.mil
(scott.c.sloan.civ@mail.mil, phillip.s.vitakis.civ.@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
Solicitation Number: W15P7T-16-R-0004 Classification Code: D -- Information technology services, including telecommunications services NAICS Code: 334 -- Computer and Electronic Product Manufacturing / 334111 -- Electronic Computer Manufacturing This notice has been extended until Wednesday, March 30th, 2016 @ 400PM eastern time to allow for additional responses. This Request for Information (RFI) is for planning purposes only and shall not be considered as an Invitation for Bid, Request for Quotation, or Request for Proposal or as an obligation on the part of the Government to acquire any products or services described herein. Your response to this RFI will be treated as information only. No entitlement to payment of direct or indirect costs or charges to the Government will arise as a result of a contractor's submission of responses to this announcement or the Government's use of such information. 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 RFI. The information provided may be used by the Army in developing its acquisition strategy, Performance Work Statement and/or Performance Specifications. Interested parties are responsible for adequately marking proprietary or competition sensitive information contained in their response. The Government does not intend to award a contract on the basis of this RFI or to otherwise pay for the information submitted in response to this RFI. Background: The US Army Contracting Command-Aberdeen Proving Ground (ACC APG), MD is seeking feedback from industry concerning the planned best value trade off competitive follow-on to Contract Number W15P7T-11-D-G402 for the Common Hardware Systems-4 (CHS-4) contract. The CHS-4 contract currently provides commercial hardware [i.e. Non-Developmental, modified commercial off the shelf (COTS) items (i.e. ruggedized and militarized)] and services for the procurement of total life cycle system management solutions in support of tactical programs by providing seamless and consolidated procurement of Commercial Information Technology (CommIT), customizable sustainment strategies, non-personal services and continuous technology upgrades for a variety of military organizations utilizing Firm Fixed Price and Cost Plus Fixed Fee (Term and Completion Type) Delivery and Task Orders issued against a single award Indefinite Delivery Indefinite Quantity (IDIQ) contract. The CHS-4 five year ordering period will expire in August 2016 with the five year warranty period for the last possible item ending in August 2021. To fully appreciate the scope and magnitude of the follow-on CHS program, the following information is provided and should be considered when responding to this RFI: PdL CHS executes, on average, 125 delivery orders a year, procuring an average of approximately 60,000 items a year, at various ruggedization levels, all of which are configuration managed by the contractor. Items procured the most include: laptops, servers, routers, switches, storage appliances, OTCs, displays as well as associated cables, batteries, and UPSs. It should be noted that a majority of non-ancillary items are purchased with a 5 year warranty and that end users of this equipment are located across the United States, as well as most US Army OCONUS locations - to include active theaters of operations. Purpose: The Sources Sought Notice (SSN) posted on September 30, 2015 for Common Hardware System 5 contract focused on further validating if competition existed. The responses received provided the Government additional insight into Industry's concerns and helped determine a path forward for PdL CHS strategy and assisted in refining the CHS 5 contract requirements. Instructions: The Government requests respondents revise their submissions to the SSN's posted November 14, 2014, and September 30, 2015; as well as provide feedback, comments, and questions regarding the revised draft CDRLs, Pricing spread sheet and PWS with Appendices with a specific focus on the additional Questions 1 - 5 below: Q1. How would you implement a Program Protection Plan for the CHS-5 contract? Provide examples of relevant past performance. Q2. Do you have any existing or prior relationships with Tobyhanna Army Depot in the sustainment of C4ISR solutions? Provide examples of relevant past performance. Q3. Do you have any existing or prior relationships with the Communications Electronics Command's (CECOM) Software Engineering Center (SEC) or Logistics and Readiness Center (LRC) in the areas of supplying Commercial IT hardware or providing product support for Commercial IT hardware? Provide examples of relevant past performance. Q4. Please describe a notional transition plan that would allow your company to fully execute all requirements contained within the CHS-5 PWS within 90 days following contract award. Provide examples of relevant past performance. Q5. How would you suggest the Government determine the allowable delivery timeframes and maximum hardware quantities to be delivered within the corresponding timeframes for each hardware version contained in Table 1 - "Maximum Period and Quantities to Ship After Receipt of Each Order" - of the draft PWS? Do you believe the Government should pursue an alternate method of determining the delivery timeframes and maximum hardware quantities to be standardized by hardware version? Please explain your reasoning. Responses to this RFI should be submitted by 4:00 p.m. EST on March 30, 2016. Responses are to be sent via email to the Lead Contract Specialist, Mr. Scott Sloan, at scott.c.sloan.civ@mail.mil. All material submitted in response to this RFI must be unclassified. Interested parties possessing the capacity to provide the requirements outlined above are requested to provide a response including: Name, telephone number, fax number, street address and e-mail address for Program and Technical points of contact information. 2nd Industry Day: Please note that the Government has scheduled a 2nd Industry Day to further a relationship with the private sector to enhance CHS's continued efforts to understand industry's capabilities to supply Commercial IT solutions for the Army. During this event the government will hold one-on-one meetings with interested parties to discuss their responses to questions in this RFI as well as to address questions regarding the draft CHS-5 Performance Work Statement. Dates: April 19, 2016 and April 20, 2016 Location: Mallette Hall (Building 6008), Aberdeen Proving Ground, MD 21005. Time: TBD The Government will inform each registered participant of their one-hour meeting time and room assignment on or before April 5, 2016 Visit Requests: A visit request is not required to access Building 6008. However, it is recommended that participants not in possession of a valid Department of Defense Common Access Card arrive no later than one-hour prior to their scheduled meet time. Registration: Registration by phone will NOT be accepted. All registrations shall be done by email, and MUST be completed prior to 4:00 p.m. EST on March 30, 2016. Registration request shall include the following information: company name, cage code, attendee name(s), telephone number, and email address. Each company is limited to five attendees and shall designate a lead representative for communication purposes. All attendees must be U.S. Citizens or permanent resident Aliens. Register via email to Mr. Scott Sloan at scott.c.sloan.civ@mail.mil; please use "CHS Industry Day #2 Registration - W15P7T-16-R-0004" in the subject line. Questions / Answers: Questions are required to be submitted in writing to at the above email address on or before 4:00 p.m. EST, March 30, 2016. Please ensure all questions include company name, cage code, name, telephone number and email address in case there is a need to clarify the questions. The author of submitted questions and the author's company information will not be made public. Send questions via e-mail to Mr. Scott Sloan at scott.c.sloan.civ@mail.mil. The email subject line for all questions shall include the company name and "CHS Industry Day #2 Questions - W15P7T-16-R-0004." The government will attempt to provide responses to submitted questions during scheduled one-on-one meetings. All Q&A will subsequently be posted to FedBizOpps. Note: This is NOT a "bidder's conference"; this announcement is neither a contract, nor a request for proposal, nor a promise to contract, nor a commitment of any kind. This notice is for planning purposes only. The Government assumes no liability for costs incurred. No solicitation exists at this time. Please continue to monitor the Federal Business Opportunities website for additional information. Primary Point of Contact: Mr. Scott Sloan, Contract Specialist Army Contracting Command - APG, Division B 6001 Combat Drive APG, MD 21005-1846 scott.c.sloan.civ@mail.mil Alternate Point of Contact: Mr. Phillip Vitakis, Contracting Officer Army Contracting Command - APG, Division B 6001 Combat Drive APG, MD 21005-1846 phillip.s.vitakis.civ@mail.mil Alternate Point of Contact: Mr. Shannon McBride, Branch Chief Army Contracting Command - APG, Division B 6001 Combat Drive APG, MD 21005-1846 shannon.m.mcbride6.civ@mail.mil   The Government hereby notifies potential RFI responders that the Government intends to use contractor support in the collection of information and development of the acquisition strategy, Performance Work Statement and/or Performance Specifications. The Government intends to allow contractors from JANUS Research Group Inc., MJ-6 LLC, Engineering Solutions & Products LLC, Defense Acquisition Support Services LLC, and Booz Allen Hamilton performing advisory and assistance services, to view the RFI responses to aid in the development of this effort. By submitting a response to this RFI, responders understand and consent to the release of any and all data contained in RFI responses, to include proprietary data and other marked information, for development of this effort only, to the contractors performing those services for the Government. The Government will allow for Non-Disclosure Agreements (NDA) to be signed amongst the contractors and the responders at the responder's request. Contracting Office Address: ACC-APG - Aberdeen Division B, HQ CECOM CONTRACTING CENTER, 6001 COMBAT DRIVE, ABERDEEN PROVING GROUD, MD 21005-1846 Place of Performance: ACC-APG - Aberdeen Division B HQ CECOM CONTRACTING CENTER, 6001 COMBAT DRIVE ABERDEEN PROVING GROUND, MD 21005-1846 US
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/77c6ea6264020702512916d14de15398)
 
Record
SN04057729-W 20160324/160322235621-77c6ea6264020702512916d14de15398 (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.