Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF OCTOBER 10, 2019 FBO #6528
MODIFICATION

70 -- Network Communication Infrastructure Modernization

Notice Date
10/8/2019
 
Notice Type
Modification/Amendment
 
NAICS
541512 — Computer Systems Design Services
 
Contracting Office
Department of the Navy, United States Marine Corps, MARCORSYSCOM, 2200 Lester Street, Quantico, Virginia, 22134, United States
 
ZIP Code
22134
 
Solicitation Number
M67854-20-R-4921
 
Archive Date
10/26/2019
 
Point of Contact
Anthony Genao, Phone: 7037846575, Stephen Heath, Phone: 7037846555
 
E-Mail Address
anthony.genao@usmc.mil, stephen.heath@usmc.mil
(anthony.genao@usmc.mil, stephen.heath@usmc.mil)
 
Small Business Set-Aside
N/A
 
Description
REQUEST FOR INFORMATION (RFI) 1. INTRODUCTION. Marine Corps Systems Command (MCSC), Portfolio Manager, Supporting Establishment Systems (PfM SES), Quantico, VA is seeking information on potential sources for a multiple award Indefinite Delivery/Indefinite Quantity (IDIQ) contract to provide supplies and sustainment services in support of the Network Communication Infrastructure (NCI) modernization of eighteen Marine Corps Installations and associated geographically separate locations. Modernization and sustainment activities will take place at both CONUS and OCONUS locations. The attached performance work statement (PWS) establishes and defines the requirements for the contractor to engineer, furnish, install, secure, and test (EFIST), and make operational a turnkey Unified Capability (UC) compliant solution for the modernization of the existing communication infrastructure at the installations to include integration to the enterprise. The contractor shall also provide all ancillary components, site and facility preparation, labor, training, supporting equipment, software, firmware, licenses, power, grounding, and interfaces associated with these systems for a complete turnkey solution. The overall intent of this IDIQ is to establish a standardized enterprise solution with the flexibility to support sustainment activities to include technical refresh and unforeseen upgrades to systems hardware, software, etc. 2. CONTRACTING OFFICE. Marine Corps System Command (M67854), Quantico, VA, 22134 3. POINT OF CONTACT. Anthony Genao, Contract Specialist; anthony.genao@usmc.mil 4. DISCLAIMER. THIS IS A REQUEST FOR INFORMATION. This RFI is issued solely for information and planning purposes - it does not constitute a Request for Proposals (RFP). This RFI does not commit the Government to contract for any supply or service. The Government does not intend to either award a contract based on this RFI or to pay for the information submitted. This RFI is intended solely for informational and planning purposes as a part of MCSC PfM SES market research. No final solicitation, statement of work, specification, or requirements package is available at this time. Issuance of this notice does not constitute any obligation on the part of the Government to procure devices or to issue a solicitation. Responses to this notice cannot be accepted as offers. Contractors are advised that the Government will not pay for any information or pay administrative costs contractors may incur in responding to this RFI. All costs associated with response to this RFI will be borne solely by the responding interested party. Any information that the contractor considers proprietary should be clearly marked as such. Clearly marked responses to this RFI indicating that information therein is proprietary or represents confidential business information will be received and held in confidence for United States Government use only. The information provided in this RFI is notional and may change. The Government is under no obligation to revise any aspect of this RFI should any information provided herein change. The Government may provide additional information and issue additional RFI's at its sole discretion. 5. CONTRACT/PROGRAM BACKGROUND. The MCSC, NCI Program Office is responsible for the modernization, upgrade, enhancement, and sustainment of the supporting establishment's communication infrastructure at all U.S. Marine Corps Installations. NCI is currently in the process of modernizing the Base Area Networks in accordance with the Wide Area Network (WAN) Implementation Plan to conform to the Joint Information Environment (JIE) Construct. It is the Government's intent to conduct an enterprise-wide deployment of systems and subsystems that minimize operation and maintenance requirements by the Base personnel. NCI is deploying the following two primary systems: Base Area Network (BAN) and Unified Communications (UC) Voice. The BAN, comprised of Dense Wavelength Division Multiplexing (DWDM), and Network elements shall provide a single, secure infrastructure for users at the Base, Post, Camp, or Station (B/P/C/S) to access the authorized shared resources. The combined systems shall provide a fully converged, net-centric enterprise architecture supporting the migration of applications, services, and networks on a common infrastructure that satisfies the DoD Unified Capabilities Requirements (UCR). In addition to this technology insertion, the Program Office will decommission, remove, and properly dispose of all legacy technologies and equipment. Please see the attached draft PWS (Attachment B) for additional information on the MCSC requirements. 6. OBJECTIVES. This is a REQUEST FOR INFORMATION to conduct market research and determine the availability and technical capability of sources to potentially provide services as described in the attached draft PWS (Attachment B), subject to change. 7. SUBMISSION DETAILS. 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). To assist PfM SES in making a determination regarding the level of possible small business teaming, joint venturing (JV) or partnering in any subsequent procurement that may result from this RFI, you are encouraged to provide information regarding your plans to use teaming methods to meet each of the requirements areas contained herein. Provide information on how your small business would provide services in areas of expertise as well as any JV, partnership or teaming participants would meet the specific requirements contained in this announcement. Please submit questions, requests for clarification or comments utilizing the attached pre-formatted response spreadsheet (Attachment A) in accordance with the Questions and Requests for Clarification paragraph on page 3 of the RFI. Additionally, interested companies may submit a brief capabilities statement package (no more than ten (10) pages) demonstrating ability to perform the services described within the attached Draft PWS (Attachment B). Responses must include: 1) Business information a. Business name and address; b. Name of company representative and title; c. Cage Code; d. North American Industry Classification Standard (NAICS) codes you operate under; 2) Describe your organization's capability to quickly staff and successfully perform tasks described in the attached draft PWS (subject to change). Please include a detailed explanation of your organization's history and experience with these tasks and the efforts you provided. 3) Work on this contract will primarily be accomplished at the Government's facilities. Indicate if you have a current Secret Facility Clearance, and if so, when does it expire. 4) Specify the NAICS code you believe best fits this requirement and provide detailed supporting rationale. The government is considering the 541512 NAICS code. 5) Specify what types of labor categories you anticipate for sections 4 and 5 of the PWS. 6) Provide feedback on whether the requirements identified within the attached draft PWS are clear. If not, what clarification(s) do you recommend to allow better responses to this potential requirement? Questions and requests for clarifications on this RFI may be submitted via email to Anthony Genao, anthony.genao@usmc.mil, no later than Tuesday, 24 September 2019 at 08:00 AM Eastern Time (ET). Answers to questions will be provided as an amendment to this RFI. Final RFI responses to this RFI may be submitted via email to Anthony Genao, anthony.genao@usmc.mil, no later than Friday, 11 October 2019, 08:00 AM ET. Please note, files sent by email must be limited to 2MB or less each. Multiple files may be submitted, however total file size should not exceed 8MB. Emails larger than 8MB will not be allowed to enter the government email system and will not be received. Files shall not be submitted in a.ZIP file. Responses should be prepared in MS Word 2013 (or higher) or PDF format (compatible with Adobe Reader XI). 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 personnel reviewing received 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/DON/USMC/Contracts_Office_CTQ8/M67854-20-R-4921/listing.html)
 
Place of Performance
Address: Quantico, Virginia, 22134, United States
Zip Code: 22134
 
Record
SN05471120-W 20191010/191008230725-b69a0752549306081495739af939c21f (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.