Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 28, 2017 FBO #5635
SOURCES SOUGHT

70 -- Ft Hood Phase IIb - Ft Hood Phase IIb RFI Documents

Notice Date
4/26/2017
 
Notice Type
Sources Sought
 
NAICS
334112 — Computer Storage Device Manufacturing
 
Contracting Office
Department of the Army, Army Contracting Command, ACC - RI (W52P1J), 3055 Rodman Avenue, Rock Island, Illinois, 61299-8000, United States
 
ZIP Code
61299-8000
 
Solicitation Number
W52P1J17051392
 
Archive Date
5/20/2017
 
Point of Contact
Jessica Phillips, Phone: 3097822001, Bryan Luchsinger, Phone: 309-782-1550
 
E-Mail Address
jessica.m.phillips.civ@mail.mil, bryan.g.luchsinger.civ@mail.mil
(jessica.m.phillips.civ@mail.mil, bryan.g.luchsinger.civ@mail.mil)
 
Small Business Set-Aside
Competitive 8(a)
 
Description
DRAFT PWS Ft Hood Phase IIb DRAFT SRD Ft Hood Phase IIb RFI ONLY - RESTRICTED TO 8(a) ANC/Tribal SB COMPANIES ONLY. This is a Request for Information (RFI) restricted to only 8(a) ANC or tribal registered companies. Please do not respond if you are not an eligible 8(a) contractor. Do not submit a proposal or quote. After reviewing the statement of requirements, interested capable 8(a) 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 Product Director (PD), Installation Information Infrastructure Modernization Program (I3MP) is responsible for total lifecycle management for the installation of outside plant fiber optic cable infrastructure (OSP). The Assistant Product Manager, CONUS (APM CONUS) has a requirement to modernize OSP infrastructure at Ft Hood TX. The design for the cable plant has been completed and the vendor will be given engineering drawings for the required build. The Contractor will furnish, install, secure and test a fiber optic cable plant based on current technology and the current engineering documents to meet or exceed mission requirements according to the Performance Work Statement (PWS) and System Requirements Documents (SRDs) associated with this RFI. Primary NAICS: 334112 Other NAICS: 334210, 238210, 237130, 517110, 541330 1. Please provide the following Point of Contact information: Company: Address: Company Cage Code: Point of Contact: Phone Number: Fax Numbers: Email Address: 2. Please provide documentation that your company is an Alaskan Native Corporation (ANC) or tribal and state your 8(a) eligiblity period. 3. If your company is awarded the contract, will you be able to perform at least 50% (percent) of the work required in house? 4. If you are a small business can you go without a payment for 90 days? 5. Does your company have experience as a prime contractor administering similar efforts? 6. If you answered "yes" to Question # 5, please provide as much of the following information as possible; a) Similar effort contract number(s); b) Aggregate dollar value of entire similar effort contract; c) Aggregate dollar value of task orders you prime on each similar effort; d) Number of task orders you prime on similar efforts; e) Percentage of Work Performed by your company; f) Percentage of Work Subcontracted to other contractors; g) Is the work on each effort similar in scope to the work described in the attached Description of Requirements document? h) How many total FTE s have you had on task orders during FY14, FY15, and FY16? i) Do you have personnel with Registered Communications Distribution Designer (RCDD) certification? 7. Does your company possess the capabilities to independently provide the entire range of hardware and/or services called for in the description of the requirements? ______ YES _______ NO 8. If you answered YES to Question # 7, what hardware and/or services called for in the attached ‘Statement of Requirements' can your company provide? Please provide specific examples. 9. If you answered NO to Question # 7, what hardware and/or services called for in the attached ‘Statement of Requirements' can your company provide? Please provide specific examples. 10. Please provide details regarding proposed joint ventures, teaming arrangements, strategic alliances, or other business arrangements to satisfy the requirements described in the attached ‘Statement of Requirements' document. Offerors are encouraged to identify teams, indicating each team member's size status based upon the NAICS code of the work that the team member may be doing. 11. 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. 12. Interested companies may also provide a "White Paper" (no more than 10 pages in length) describing how its products and technical expertise could produce and deliver such capabilities as described in the attached ‘Requirements' document. 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. Along with your 10 page white paper, provide not more than 1-page of questions to the contracting office as relates to this requirement. 13. After reviewing the attached PWS and SRDs, does your company possess the capabilities to propose a firm fixed price solution? 14. If you answered "no" to Question #13, please provide additional information that would be needed. (Ex. site survey must be conducted, additional technical info, drawings, etc.) 15. If you are planning on teaming with other companies, list the process used in selecting the members? 16. Does your company have a DCAA approved accounting system? 17. Please provide positive or negative feedback regarding the attached Requirements document such as recommended changes, noted exceptions, ambiguities, etc. Response Format: Responses shall be single-spaced, 12-point font, and not less than 1 inch margins. Based on the page limits set forth above, the total length of the response shall not exceed 10 pages, excluding company brochures/catalogs and single page of questions. In accordance with FAR 15.201(e), a response to this RFI is not an offer and cannot be accepted by the Government to form a binding contract. The Government will not award a contract on the basis of this RFI, nor pay for information provided in response. This information will not be returned. Corporate information marked Proprietary, such as non-public pricing or bid strategy, will be safeguarded. The final requirements and acquisition strategy for the OSP project may be different from what is described in the attached ‘Requirements' document. Responses to this RFI shall be emailed to the US Army Contracting Command - Rock Island, ATTN: Mr. Bryan Luchsinger. bryan.g.luchsinger.civ@mail.mil and CC: Ms. Jessica Phillips, Jessica.m.phillips.civ@mail.mil. Responses to this RFI shall be provided NLT 5 May 2017.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/0bdfbde9b58ab67ee2e99d987ef0c1d3)
 
Place of Performance
Address: FT HOOD, TEXAS, United States
 
Record
SN04486181-W 20170428/170426235155-0bdfbde9b58ab67ee2e99d987ef0c1d3 (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  © 1994-2020, Loren Data Corp.