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
SOURCES SOUGHT

L -- Enhanced Mobile Satellite Service (EMSS) Global Logistical Services Management Contract (ELOG)

Notice Date
3/22/2016
 
Notice Type
Sources Sought
 
NAICS
541513 — Computer Facilities Management Services
 
Contracting Office
Defense Information Systems Agency, Procurement Directorate, DITCO-Scott, 2300 East Dr., Building 3600, Scott AFB, Illinois, 62225-5406, United States
 
ZIP Code
62225-5406
 
Solicitation Number
EMSS0001SS
 
Archive Date
4/22/2016
 
Point of Contact
Elizabeth S. Cardenas, Phone: 6182299579
 
E-Mail Address
elizabeth.s.cardenas.civ@mail.mil
(elizabeth.s.cardenas.civ@mail.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
SOURCES SOUGHT ANNOUNCEMENT The Defense Information Systems Agency (DISA) is seeking sources for the Enhanced Mobile Satellite Service (EMSS) Global Logistical Services Management Contract (ELOG) CONTRACTING OFFICE ADDRESS: DISA/DITCO/PL8221 2300 East Drive, Building 3600 Scott Air Force Base, Illinois 62225 INTRODUCTION: This is a SOURCES SOUGHT TECHNICAL DESCRIPTION to determine the availability and potential sources of businesses to provide the required services identified below in support of the Enhanced Mobile Satellite Services Global Logistical Management (ELOG) Contract. The Enhanced Mobile Satellite Service (EMSS) Program Management Office (PMO) is seeking potential sources from the vendor community in order to best meet our need of providing essential Field Service Representatives (FSR). We are seeking these FSRs to provide global, logistical, and programmatic support in support of the Distributed Tactical Communication System (DTCS) and devices. DISCLAIMER: THIS SOURCES SOUGHT IS FOR INFORMATIONAL PURPOSES ONLY. THIS IS NOT A REQUEST FOR PROPOSAL. IT DOES NOT CONSTITUTE A SOLICITATION AND SHALL NOT BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT. RESPONSES IN ANY FORM ARE NOT OFFERS AND THE GOVERNMENT IS UNDER NO OBLIGATION TO AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCEMENT. NO FUNDS ARE AVAILABLE TO PAY FOR PREPARATION OF RESPONSES TO THIS ANNOUNCEMENT. ANY INFORMATION SUBMITTED BY RESPONDENTS TO THIS TECHNICAL DESCRIPTION IS STRICTLY VOLUNTARY. CONTRACT/PROGRAM BACKGROUND: Contract Number: HC1047-12-D-4011 Contract Type: FFP Incumbent and their size: Trace Systems, Inc., Small Business Method of previous acquisition: full and open competition BRIEF DESCRIPTION OF THE CURRENT PROGRAM/EFFORT: EMSS/DTCS Global Logistical Services Management (ELOG) is a very diverse and dynamic requirement. It employs Field Service Representatives (FSR) personnel deployed to austere environments where the technology has a needed presence. The contractor provides global logistical, technical, and other programmatic services primarily in support of operational and sustainment functions. Secondarily, some of the support functions include research & development- related activities appurtenant to the operational mission of EMSS/DTCS. The FSRs are also responsible for the delivery and fielding of a host of EMSS technologies to end users through the use of the DISA's "Storefront" ordering program or other DISA systems. Finally, the contractor also provides "Tier II Help Desk" support in theater repairing radios. This saves the government approximately $1,600 a radio repairing it in theater as opposed to sending it back CONUS. Anticipated Time Frame: The EMSS PMO anticipated award date is on or/about February 2017. Place of Performance: The work is to be performed alongside U.S. Forces deployed in an operational combat zone and/or support area. The Contractor may be required to perform under austere conditions for an extended period of time in theater. The Contractor shall be required to travel from CONUS to the Area of Operation in support of deployed forces. REQUIRED CAPABILITIES: The Distributed Tactical Communication System (DTCS) device is a field radio that provides beyond line of sight, over the horizon communications capability for the warfighter and other government agencies. This device can be hand carried, mounted in a command center or mounted on any vehicle that is in use by the U.S. armed forces. The Field Service Representatives (FSR) will provide custom configuration on vehicles via vehicle mount kits, operational support, logistical support, and provisioning support on the DTCS servers. Logistical and provisioning support includes assisting with inventory management, and ensuring that the DTCS device is properly provisioned and registered on the appropriate network. The required capabilities are as follows: 1. Technical expertise on behalf of DISA to evaluate vendor provided DTCS equipment, and DTCS related equipment prior to delivery to operational forces or use in support of its network management. This support will include operational test of equipment prior to final shipment or final acceptance. 2. Program management expertise including assistance with the development of Concepts of Operations (CONOPS), establishment of Processes and Procedures for various DTCS functions such as Net Management, programmatic expertise in support of program milestones and assessment of DTCS tests. 3. Training expertise including the development of DTCS training media, on site trainers for operational forces operating in Iraq, Afghanistan, Kuwait and/or operational environments. 4. Provide support to DISA for the establishment of formal Courses of Instruction for the affected services to include the establishment of Master Training Plans, training curriculums and training program documentation required to evaluate and establish training goals. 5. Logistics support to include assisting with the transfer of DTCS and related equipment into operational theaters, and management of equipment both in CONUS and OCONUS environments. This logistics support will include tracking equipment performance to establish requirements for spares, replacement part strategies, and the development of supply and logistics support for DTCS and/or other programs as directed. SPECIAL REQUIREMENTS At least four (4) of the senior personnel must be able to obtain a Top Secret/SCI clearance to engage in sensitive conversations with customers. In order to complete in-theater repairs, the Contractor must have an acceptable agreement in place with the Original Equipment Manufacturer (OEM) or otherwise have demonstrable authority to repair EMSS devices, particularly and specifically the DTCS Radio Only or "DTCS-RO" manufactured by Harris Corporation. SOURCES SOUGHT: The anticipated North American Industry Classification System Code (NAICS) for this requirement is 541513, with the corresponding size standard of $27.5M. This Sources Sought Synopsis is requesting responses to the following criteria ONLY from small businesses that can provide the required services under the NAICS Code. To assist DISA in making a determination regarding the level of participation by small business in any subsequent procurement that may result from this Sources Sought, you are also encouraged to provide information regarding your plans to use joint venturing (JV) or partnering to meet each of the requirements areas contained herein. This includes responses from qualified and capable Small Businesses, Small Disadvantaged Businesses, Service Disabled-Veteran Owned Small Businesses, Women-owned Small Businesses, HUBZone Small Businesses, and 8(a) companies. You should provide information on how you would envision your company's areas of expertise and those of any proposed JV/partner would be combined to meet the specific requirements contained in this announcement. In order to make a determination for a small business set-aside, two or more qualified and capable small businesses must submit responses that demonstrate their qualifications. Responses must demonstrate the company's ability to perform in accordance with the Limitations on Subcontracting clause (FAR 52.219-14). SUBMISSION DETAILS: Responses should include: 1) Business name and address; 2) Name of company representative and their business title; 3) Type of Small Business; 4) Cage Code; 5) Contract vehicles that would be available to the Government for the procurement of the product and service, to include ENCORE II, General Service Administration (GSA), GSA MOBIS, NIH, NASA SEWP, Federal Supply Schedules (FSS), or any other Government Agency contract vehicle. (This information is for market research only and does not preclude your company from responding to this notice.) Vendors who wish to respond to this should send responses via email NLT Thursday, April 7, 2016, 4:00 PM Eastern Daylight Time (EDT) to Elizabeth.S.Cardenas.civ@mail.mil. Interested businesses should submit a brief capabilities statement package (no more than five pages) demonstrating ability to perform the services of EMSS FSR's for global, logistical and programmatic support of the DTCS devices listed in this Technical Description. Proprietary information and trade secrets, if any, must be clearly marked on all materials. All information received that is marked Proprietary will be handled accordingly. Please be advised that all submissions become Government property and will not be returned. All government and contractor personal reviewing RFI responses will have signed non-disclosure agreements and understand their responsibility for proper use and protection from unauthorized disclosure of proprietary information as described 41 USC 423. The Government shall not be held liable for any damages incurred if proprietary information is not properly identified.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DISA/D4AD/DITCO/EMSS0001SS/listing.html)
 
Place of Performance
Address: Operational forces CONUS and OCONUS, United States
 
Record
SN04058935-W 20160324/160323001347-2a9a4bd00c5add05934c496bbb139c7e (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.