Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 29, 2021 SAM #7119
SOURCES SOUGHT

99 -- Unified Voice Mangement System (UVMS) Support Services

Notice Date
5/27/2021 5:54:41 AM
 
Notice Type
Sources Sought
 
Contracting Office
W6QK ACC-APG ABERDEEN PROVING GROU MD 21005-1846 USA
 
ZIP Code
21005-1846
 
Solicitation Number
W15P7T-21-R-0010
 
Response Due
6/4/2021 12:00:00 AM
 
Archive Date
06/19/2021
 
Point of Contact
Kenneth Faulcon, Todd M. Strasavich
 
E-Mail Address
kenneth.faulcon2.civ@mail.mil, todd.m.strasavich.civ@mail.mil
(kenneth.faulcon2.civ@mail.mil, todd.m.strasavich.civ@mail.mil)
 
Description
This is a Request for Information (RFI) only, not a Request for Proposal (RFP). This RFI is issued solely for information and planning purposes � it does not constitute a RFP or a promise to issue an RFP in the future. The Program Executive Office, Command, Control, Communications-Tactical (PEO C3T) on behalf of Headquarters, Department of the Army is seeking eligible business capable of performing Engineering and Business Support services for Product Manager Command Post Integrated Infrastructure (PdM CPI2) at various CONUS locations. � Background As part of the Command Post Integrated Infrastructure (CPI2) Capability Development Document (CDD) dated April 9, 2020 required CPI2 to integrate the Army solution; Unified Voice Management Systems (UVMS) into the Command Post Support Vehicle for use within the Mission Command Platforms (MCPs) at Corps, Division, and Brigade Combat Teams (BCTs). The UVMS will be capable of access to WIN-T Voice Over Internet Protocol (VOIP) for telephone, voice radio, and software based voice collaboration from operator positions and will be capable of wave form and radio cross banding. Additionally, it will be able to enable voice and data communications exchanges between all Army standard network and radio protocols within and between MCPs. Objective � The overall objective of this contract is to provide general support requirements of the UVMS. This effort includes requirements as set forth in the Capability Development Document (CDD) which was used to develop detailed specifications for the system requirements. This effort is to include but not limited to: assisting the Government in configuration, installation, troubleshooting and training engineering services of the various equipment. This effort is to provide support for the chosen UVMS solution, which PdM CPI2 determined would be SCI Technology�s TOCNET G4 set of equipment. The overall requirement of this effort is to provide support including but not limited to the following areas: Configuration Installation Troubleshooting Training Engineering Services The Target award range for this project is approximately $2,828,330.00 The anticipated solicitation issuance date is 3rd QTR FY 2021 with an award date of 4th QTR of FY 2021 Period of Performance for this requirement will be for five (5) years with a one (1) year base and four (4) one year option periods. � � � Requested Information � Vendor responses are limited to ten (10) pages (not including a Cover Page and Table of Contents) and should include the following; Provide any questions, comments, and feedback on the attached Draft Performance Work Statement and its contents Describe your company�s approach for designing, developing and maintaining software (program software, system software, application software, utility software, etc.) for products similar to those outlined in the Draft PWS. Describe your company�s Configuration Management process for software products similar to those outlined in the Draft PWS. �How will the management, Test and Evaluation processes be implemented? �Description of Capabilities: Provide a description of your company�s current capabilities for same or similar work as described. Provide your company�s familiarity of the TOCNET G4 system e.g., installation, troubleshooting, training, etc. Provide your company�s approach for supporting the sustainment of the TOCNET G4 system. Additional Questions � Indicate your Companies capability and interest by providing the following additional information: Company name, company address, Cage Code, point of contract, e-mail address, telephone number, and fax number. Provide your company�s Facility Clearance Level and Level of Safeguarding for Classified Information/Materials. Identify your company's business size and Small Business (SB) socio-economic category based on the primary North American Industrial Classification System (NAICS) code of 336212. For more information, refer to; https://www.sba.gov/document/support--table-size-standards. If you identify your company as a Small Business or any of the SB socio-economic category, then is your company interested in a prime contract? If so, does your company possess the capabilities to provide the entire range of these requirements? If not please list which requirements your company can provide? If you are a small business, does your company have experience as a prime contractor administering contracts? If you answered yes, please provide as much of the following information as possible; Contract number(s), Dollar value, similarity of scope and effort. Does your company have experience as a prime producing items of similar scope, complexity and nature (provide up to 3 efforts). � Submission of Information All submissions should be in Microsoft Word for Office 2011 or compatible format. Responses to this RFI shall be unclassified and should not exceed ten (10) pages in length. Telephone or verbal inquiries regarding this notice will not be honored. All restricted information shall be clearly marked. Responses to the RFI will not be returned and no feedback or evaluations will be provided to companies regarding their responses to this RFI. All interested parties are invited to submit a response to this RFI on or before 4:00 PM EDT on 04 June 2021. All responses and questions under this RFI must be transmitted electronically via e-mail to: todd.m.strasavich.civ@mail.mil, Contracting Officer: kenneth.faulcon2.civ@mail.mil, Contract Specialist. � This RFI is for planning and informational purposes only and SHALL NOT be considered as an Invitation for Bid, Requests for Quotation, or Request for Proposal. There is no obligation on the part of the Government to acquire any products or services described in this RFI. This office does not intend to award a contract on the basis of this RFI or reimburse respondents for information solicited. No funds have been authorized, appropriated or received for this effort. The information provided may be used by the Army in refining the requirements for Unified Voice Management Systems support. Interested parties are responsible for adequately marking proprietary, restricted or competition sensitive information contained in their response. If an RFP, or Solicitation is released, it will be synopsized on the beta.SAM.gov website. It is the responsibility of the potential responder to monitor this site for additional information pertaining to this requirement. PLEASE NOTE: This annoucment was edited on 27 May 2021 to extend the response date from 01 June 2021 to 04 June 2021 and to add a clarification that the 10 page response limit does not include a Cover Page and Table of Contents.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/e6168790c25547df92987deb9859e05f/view)
 
Record
SN06015878-F 20210529/210527230116 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.