SOURCES SOUGHT
D -- Engineering Operations Support - Draft RFP and LOE
- Notice Date
- 8/11/2016
- Notice Type
- Sources Sought
- NAICS
- 541513
— Computer Facilities Management Services
- Contracting Office
- Department of the Army, Army Contracting Command, ACC - APG (W56JSR) Division E, 6001 COMBAT DRIVE, Aberdeen Proving Ground, Maryland, 21005-1846, United States
- ZIP Code
- 21005-1846
- Solicitation Number
- W15P7T-16-R-ENGOPS
- Archive Date
- 9/9/2016
- Point of Contact
- Stephen B. Slotnick,
- E-Mail Address
-
stephen.b.slotnick.civ@mail.mil
(stephen.b.slotnick.civ@mail.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- RFI Document Level of Effort PWS Request for Information Post: 11 August 2016; Response Date 25 August 2016 1600 Eastern Time Classification Code: D - Information technical services, including telecomm services NAICS Code: 541 Professional, Scientific and Technical Services/541513 Facilities (i.e., clients' facilities) management and operation services, computer systems or data processing with a corresponding small business size standard of $27.5M Please note notice number W15P7T-16-R-ENGOPS is for internal tracking purposes only. REQUEST FOR INFORMATION (RFI) This announcement constitutes an official Request for Information (RFI) as defined in FAR 15.201(e). This RFI announcement is for information and planning purposes only and it is not to be construed as a commitment by the Government. The intent is to identify market interest based on the attached Performance Work Statement (PWS). 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. The information received will not obligate the Government in any manner nor will the Government reimburse contractors for any costs associated with submittal of the requested information. This request does not constitute an Invitation for Bid or a Request for Proposal. The purpose of this Sources Sought Notice is to gain knowledge of interest, capabilities, and qualifications of the Small Business Community: Small Business, Section 8(a), Historically Underutilized Business Zones (HUB-Zone), Service-Disabled Veteran-Owned Small Business (SDVOSB), Women-Owned Small Business (WOSB), and Economically Disadvantaged Women-Owned Small Business (EDWOSB). BACKGROUND/OBJECTIVE/REQUIREMENTS The United States Army Communications-Electronics Command Software Engineering Center (USACECOM SEC) provides life cycle software solutions and services that enable the warfighting superiority and information dominance across the enterprise. SEC provides systems, software engineering and scientific support for a wide variety of Army and Department of Defense (DoD) customers including Army Program Executive Offices (PEOs) and their Project Managers (PMs), Headquarters Department of the Army (HQDA) and its components, and the other Joint Service DoD elements. The ultimate customer and consumer of our products and services is the Warfighter in the field. Software Engineering Center (SEC) Headquarters Engineering and Operations Support This market research is with regards to the Communications-Electronics Command (CECOM) Software Engineering Center (SEC) Headquarters located at Aberdeen Proving Ground (APG), MD and other locations, as required in the attached draft Performance Work Statement (PWS) and Draft Level of Effort (LOE). Work efforts include planning, security, human resource, process improvement and technical assessments to help the SEC support their customers and provide updates to CECOM Headquarters (HQS) by providing daily support to the SEC Director's Office, SEC HQs staff, and the management of inquiries from CECOM, customers and other agencies. Support will consist of strategic planning by performing various financial and engineering studies to assist in the development of budget forecasts, assist in providing project management support for various efforts that help to improve the quality or efficiency of the organization, maintenance of various center level metrics, commercial hardware and software acquisition, license management, software asset management tracking and reporting, and perform other administrative duties to keep SEC records and data up to date. Involvement in security activities including inspections, physical, personnel, information and operations support. Support to the SEC Customer Survey process, to include trend analysis, to help SEC measure the level of customer satisfaction with the products and services provided. The PWS describes the services and support products that the SEC will provide to these and to other customers. The resulting contract shall provide all personnel, equipment, tools, materials, supervision and other items and non-personal services necessary to satisfy the requirements as defined in this PWS. The awardee(s) shall perform to the standards in this contract and follow-on TOs. The contractor(s) working to satisfy the requirements of this PWS will provide engineering and technical services to the USACECOM SEC, its components and their successors. Responses are limited to 15 one-sided pages, capable of being printed on 8.5 x 11 inch paper with one inch margins (top, bottom, left and right) and a 10 point Arial or 12 point Times New Roman font. Line spacing shall be no less than single space. Tables, drawings and header/footer information shall be 10 point Arial font or larger. For tables and drawings, landscape orientation is permitted. Microsoft (MS) Office 2010 Office Suite (or later) product shall be used to create the files. All graphics shall be compatible with MS PowerPoint 2010 (or later). If any of the provided material contains proprietary information, please mark appropriately. No information will be returned. At a minimum, the following will be included: -Company History: A history to include previous major products and primary customer base, specifically how it relates to the PWS. This should also include the handling of classified information. -Capability: Knowledge of the Command, Control, Communications, Computers, Intelligence, Surveillance and Reconnaissance (C4ISR) Community and systems that would demonstrate a capability to support the SEC in successful contract execution. Please detail experience as a prime contractor that may be of similar scope, complexity and nature. Indicate contract numbers and dollar values. -SB type: Identify your socio-economic status as appropriate: Small Business (SB), Small Disadvantaged Business (SDB), SBA 8(a) certified, Service-Disabled Veteran Owned Small Business (SDVOSB), Veteran Owned Small Business (VOSB), Woman Owned Small Business (WOSB), Alaskan Native Corporation (ANC), Historically Underutilized Business Zone (HUBZone) certified Small Business, American Indian Tribally (AIT) Owned concern or combination. -Responses should include the company name, CAGE code, point of contact, and email address and physical address. Indicate statement of interest and technical capabilities. SUBMISSION INFORMATION: Submit on or before the date indicated in this RFI to all the following: James Mazurick, ACC-APG, Contracting Officer: james.a.mazurick.civ@mail.mil Marie Pankiw, ACC-APG, Contract Specialist: marie.e.pankiw.civ@mail.mil Stephen Slotnick, SEC Contracts Analyst: stephen.b.slotnick.civ@mail.mil
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/6c6aba57f738d60f27e13b1de703697b)
- Place of Performance
- Address: Main Place of Performance is Aberdeen Proving Grounds, MD, but other locations include Picatinny Arsenal, NJ, Ft. Lee, VA, and Ft. Huachuca, AZ, Aberdeen Proving Grounds, Maryland, 21005, United States
- Zip Code: 21005
- Zip Code: 21005
- Record
- SN04220736-W 20160813/160811235851-6c6aba57f738d60f27e13b1de703697b (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 |