Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF OCTOBER 13, 2016 FBO #5438
SOURCES SOUGHT

R -- PNT SETA SUPPORT

Notice Date
10/11/2016
 
Notice Type
Sources Sought
 
NAICS
541990 — All Other Professional, Scientific, and Technical Services
 
Contracting Office
Department of the Army, Army Contracting Command, ACC - APG (W56KGY) Division C, 6001 COMBAT DRIVE, Aberdeen Proving Ground, Maryland, 21005-1846, United States
 
ZIP Code
21005-1846
 
Solicitation Number
W56KGY-16-2-SETA
 
Archive Date
11/9/2016
 
Point of Contact
Nicholas Granata Jr., Phone: 4438614798, Justin Doyle,
 
E-Mail Address
nicholas.granata.civ@mail.mil, justin.a.doyle2.civ@mail.mil
(nicholas.granata.civ@mail.mil, justin.a.doyle2.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
REQUEST FOR INFORMATION (RFI) FOR: Identifying contractors who possess proven expertise with navigation systems engineering and DoD program management. Synopsis: THIS IS A REQUEST FOR INFORMATION (RFI) ONLY. THIS REQUEST IS FOR PLANNING PURPOSES, AND DOES NOT CONSTITUTE AN INVITATION FOR BIDS, REQUEST FOR PROPOSALS, QUOTES, OR AN INDICATION THAT THE GOVERNMENT WILL CONTRACT FOR THE ITEMS CONTAINED IN THIS NOTICE. THE GOVERNMENT WILL NOT REIMBURSE RESPONDENTS FOR ANY COST ASSOCIATED WITH THE SUBMISSION OF THE INFORMATION BEING REQUESTED OR REIMBURSE EXPENSES INCURRED TO THE INTERESTED PARTIES FOR RESPONSES. Background and Description: The Global Positioning System (GPS) provides Positioning, Navigation and Timing (PNT) information for use by hundreds of millions of civil and military users. GPS provides continuous highly accurate location and precise time information in a multitude of operating conditions around the world. The U.S. Army Program Manager for Positioning, Navigation, and Timing (PM PNT) is seeking Prime Contractor sources to provide information that describes their ability to provide System Engineering and Technical Assistance (SETA) support to PM PNT for engineering expertise relating to navigation systems (Anti-Jam Antennas, Satellites, Precision Timing, Inertial Navigation, and Military Encrypted GPS) and Program Management Experience related to DoD acquisition. This request for information is NOT requesting sources for the follow-on PNT SETA contract, but rather to bridge the potential six month gap in services between the current SETA contract and the future competitive follow-on. Sources responding to this RFI support awarding a six month contract with no efforts beyond the six months. Due to the short length, this bridge effort, which is foreseen as a modification to the existing SETA contract will not afford any transition period, meaning the fully staffed SETA workforce will be expected to begin work on the day of award. Request for Information: The Government is requesting contractors to provide sufficient information in the form of a white paper which describes capability and experience in providing the SETA support described above. In addition, interested sources must address the following Market Survey Questionnaire: 1. Administrative Information a. Company Name b. Mailing Address and Website c. Commercial and Government Entity (CAGE) Code and Data Universal Numbering System (DUNS) number. d. Identify your company's small business size standard and applicable socio economic categories if applicable (i.e., small-disadvantaged, women-owned, veteran-owned or 8(a)) based on the assigned North American Industry Classification System (NAICS) code of 541330 Engineering Services. The correspondence small business size standard is $38.5 Million. For more information refer to http://www.sba.gov/content/table-small-business-size-standards. e. North America Industry Classification System (NAICS) number applicable Engineer Services or DoD Program Management. f. State your companies associated Business size and eligibility under U.S. Government social-economic programs and preference (i.e., type of business -large, small, small-disadvantaged, women-owned, veteran-owned or 8(a)). g. Data Universal Numbering System (DUNS) number h. Location of facility(s) i. Subcontracting Plan (if applicable) 2. Person(s) Responding to RFI a. Name b. Title c. Company Responsibility/Position d. Telephone Number/Fax Number e. Email Address 3. Security (Prime or Sub Team) a. Do you have a Facility Security Officer (FSO)? If so, provide contact information. b. Is your company foreign owned, either directly or indirectly? If so, what is the country of origin and is the company fully or partially owned? c. Is your company currently able to transmit unclassified data in accordance with U.S. Government data encryption requirements? d. Does your company have experience with compliance of DD254 -Contract Security Classification Specification? If so, what procedures does your company use to enforce DD254 compliance with subcontractors? e. Does your company have the ability to operate and maintain a secure shared data collection site (manpower, estimate labor hours, and total payments) between contractor and Government? f. Any potential sources shall have a valid accreditation from the Defense Security Service (DSS) at the Secret level. g. The availability of adequate cleared personnel to manage and support any efforts that may result from this Request for Information should also be addressed. Said personnel may require access to Communications Security (COMSEC) information, Special Access Programs, Sensitive Compartmented Information (SCI) and Non SCI Intelligence information, North Atlantic Treaty Organization (NATO), Foreign Government, and For Official Use Only (FOUO) information, as well as access to the Secure Internet Protocol Router Network (SIPRNet) and Joint Worldwide Intelligence Communications System (JWICS) at the Government facility. 4. Describe your company's ability to perform the required tasks as a prime: a. Engineering Expertise (Navigation Systems) • Provide subject matter expertise on novel technologies influencing Military navigation including: Anti-Jam Antennas, Satellites, Precision Timing, Inertial Navigation, and Military Encrypted GPS • Provide guidance for maturation of Critical Technology Elements required to develop and field materiel solutions that can provide the mounted and dismounted Soldier with Assured - Positioning, Navigation, and Timing • Ability to communicate clearly and concisely both orally and in writing to support acquisition documentation and effectively collaborate among the engineering team and management to achieve common A-PNT goals • Ability to take technical findings/data to generate analysis required to support informed decisions that are supported with defensible rationale for senior decision makers • Experience in supporting technical reviews, including events leading to the review, and events after the review (i.e. Software Specification Review, System Requirements Review, System Functional Review, Preliminary Design Review, Critical Design Review, Production Readiness Review, Functional Configuration Audit, and Physical Configuration Audit). • Experience conducting modeling and simulation (M&S) support including: Study Planning, Data Collection/Data Updates, Scenario Definition & Development, Assumptions, M&S Preparation (Input/Setup), Verification/Validation, and Final Reporting & Briefings. Proficiency in and use of GPS Interface and Navigation Tool (GIANT) for M&S efforts is desired. • Experience supporting system engineering and integration of concept development, systems design and architecture, modeling and simulation, engineering integration, test and evaluation, hardware and software validation support, host platform integration support and field demonstrations. b. DoD Program Management • Knowledge of significant acquisition DoD policies such as DoDI 5000.02 and DoDI 5200.39, pertinent laws, regulatory requirements and procedures applicable to PM PNT products. • Experience developing documentation critical to leading Acquisition Category I/II programs milestones (e.g., Acquisition Strategy, System Engineering Plan, Test and Evaluation Master Plan, Clinger-Cohen Compliance) 5. Identify a maximum of three recent/relevantly awarded Government contracts (within the last two years) in which your company has provided SETA support as a prime contractor. Please include a brief synopsis for each Government contract. If your company has not provided SETA support as a prime contractor, please respond with the support your company has provided as a subcontractor. 6. If your company (if your company is a small business and a small business set-aside occurs) was awarded this contract, demonstrate how your company would comply with FAR 52.219-14, "Limitations on Subcontracting." 7. Demonstrate how your company would meet the requirements of DFARS 252.239-7001, "Information Awareness Contractor Training and Certification." NOTE: unsupervised privileged access is required. 8. Identify any and all potential Organizational Conflicts of Interest (OCI's) that your company would need to mitigate if your company was awarded this contract. 9. Does your company have a DCAA adequate accounting system? If not, highly recommend you to review the checklist and tools under www.dcaa.mil, and download the pre-award accounting system adequacy checklist. Response Information: Responses to this RFI must be unclassified, should not exceed 10 pages in length, and should be provided in Adobe PDF format. The Government will not reimburse responders to this notice for any costs incurred in responding or in any subsequent exchange of information. Submission of proprietary and other sensitive information must be marked and identified with disposition instructions. Submitted material will not be returned. The information provided and received in response to this announcement is subject to the conditions set forth in FAR 52.215-3 -- Request for Information or Solicitation for Planning Purposes. NO PHONE CALLS WILL BE ACCEPTED. HAND DELIVERED PACKAGES WILL NOT BE ACCEPTED. 10. E-mail is the only acceptable method of receipt. Please send responses to: Justin Doyle - justin.a.doyle2.civ@mail.mil 11. Paper submissions, electronic media, or physical samples may be sent to: Program Manager Positioning, Navigation and Timing 6006 Combat Drive APG, MD 21005 12. Reponses are requested by no later than 25 October 2016 at 1700 EST. Interested parties are encouraged to respond early. 13. Submitted responses shall be UNCLASSIFIED unless prior arrangements are made with PM PNT.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/23357f0798d9d52655dedcf594c7ab8a)
 
Record
SN04301114-W 20161013/161011234110-23357f0798d9d52655dedcf594c7ab8a (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.