SPECIAL NOTICE
D -- Market Survey for the Total Engineering and Integration Services (TEIS) Program for the U.S. Army Information Systems Engineering Command (ISEC)
- Notice Date
- 1/11/2010
- Notice Type
- Special Notice
- NAICS
- 541512
— Computer Systems Design Services
- Contracting Office
- CECOM Contracting Center, Fort Huachuca (CECOM-CC), ATTN: AMSEL-AC-CC-S, Building 61801, Room 3212, Fort Huachuca, AZ 85613-6000
- ZIP Code
- 85613-6000
- Solicitation Number
- W9128Z-10-X-TEIS-3
- Archive Date
- 4/11/2010
- Point of Contact
- Karen Barrett, 520-538-7472
- E-Mail Address
-
CECOM Contracting Center, Fort Huachuca (CECOM-CC)
(karen.barrett@us.army.mil)
- Small Business Set-Aside
- N/A
- Description
- This notice is a market survey and should not be construed as a commitment by the Government. a. Description: This market survey seeks to identify potential sources to provide full life cycle support to ISEC projects. ISECs projects involve system engineering and ancillary services for information and communication systems in support of the US Army, other Services, Department of Defense (DoD) components, and other Federal Government activities. This work includes planning, design, development, engineering, implementation, logistics, evaluation, Information Assurance, and sustainment for information and communication systems. The functional needs of ISEC include: information and communication systems engineering; systems integration; information system security engineering and certification support; installation and testing; systems analysis; engineering surveys; installation support; transitional operations and maintenance support; information technology (IT) technical support; preparation of engineering publications and documentation; test and evaluation of information and communication systems and their associated IT components; quality control of information and communication systems design and implementation; technical instruction of information and communication systems; drafting and illustration support; technology demonstration and rapid prototyping capabilities. ISEC may require these services at any location in the Continental United States (CONUS) or Outside the Continental United States (OCONUS), to include theaters of operation in which the United States is engaged in conflicts. ISEC is headquartered at Ft Huachuca, AZ, and has offices located at Ft Detrick, MD, Ft Lee, VA, and Ft Belvoir VA. The total estimated value of this new Program, over an anticipated five year period, is $892M. This Program will subsume work previously performed by Signal Solutions, LLC, W9128Z-06-D-0001, NCI Information Systems, Inc., W9128Z-06-D-0002, and STG, Inc., W9128Z-06-D-0003. b. Background Information and Other Considerations: 1. ISEC presently receives support from an average of 700 Full Time Equivalent contractor personnel daily. ISEC anticipates that this number will be sustained during the duration of this next Program period. This is the total support being provided to the current ISEC Program which is supported by three prime contractors and their subcontractors. 2. Extensive contractor support is required world-wide. In the first six months of Calendar Year 2009, ISEC contract support averaged 41 personnel per day deployed OCONUS to an average of 15 countries per month with an average of 17 personnel per day in Kuwait, 6 per day in Afghanistan, 1 per day in Iraq, 6 per day in Germany, 2 per day in Japan, 3 per day in Korea and other personnel in many other countries around the world on an infrequent basis. CONUS deployments alone were extensive. In view of the global nature of the required services, the contractor(s) may determine that multiple field offices would be required in order to perform successfully. Based on the above, contractor(s) must be able to deploy and manage multiple concurrent teams world-wide to support numerous projects within each of ISECs eight offices and one Technical Services Group in any or all of the aforementioned functional areas. 3. The environment in which this work will be conducted can range from fully developed and supported by modern facilities to austere locations with no modern infrastructure and in areas with low threat potential up to and including areas of active conflict. Some of the projects are efforts which require continuous support lasting multiple years without a gap in support or loss of knowledge due to personnel movements. Some projects include providing resources on short notice for short periods of time. 4. As a minimum contractor personnel must meet the favorable trustworthiness background requirements contained in AR 25-1 and AR 380-67. In a majority of ISEC work, Secret clearances are a minimum requirement, with some Top Secret/Special Compartmented Information (TS/SCI) requirements. Additionally, Presidential Support Billet requirements must be supported for approximately 15 personnel. Pass rate for pre-screened candidates (TS/SCI with good financial status) is less than 60% for Presidential Support Billet Positions. 5. Following is a brief description of ISECs business model. ISEC receives requests for services from other government components throughout the year without much notice. ISEC prepares a cost estimate and workplan for the requesting organization. Upon acceptance of the proposed workplan and receipt of funding, ISEC then solicits contract support through a Task Order (TO) and Performance Work Statement (PWS). In many cases, the actual conditions under which the work is to be performed or the amount of work required is not truly known until ISEC government or contractor personnel arrive on-site and begin an assessment of actual work and conduct site surveys. Flexibility and good communications are key to successful teaming with ISEC. 6. An Informational Draft PWS and a sample Quality Assurance Surveillance Plan (QASP) which demonstrate the concept of surveillance by the Government on performance based acquisitions will be available in the reading room of the Interactive Business Opportunities Page (IBOP) on or about 15 January 2010. A prime contractor(s) must have the ability to provide services that meet all of the requirements identified by ISEC in the Informational Draft PWS. The contractor(s) assumes total responsibility to ensure all requirements of individual TOs are satisfied. The contractor(s) shall ensure that it can provide personnel with sufficient training, experience, and expertise to meet all the functions and tasks identified in TOs as well as current and emerging technologies in the information and communication systems field that ISEC may need. Prime contractor(s) must provide sufficient qualified personnel to deploy anywhere in CONUS and OCONUS as required by individual TOs. The contractor(s) shall be responsible for ensuring continuous support to ISEC. This must take into account personnel situations affecting support such as: training periods, emergencies, health related issues, and authorized time off. ISEC may require short-notice support requiring boots on the ground contractor support anywhere in the world within 72 hours of notification of award of a TO. Contractor personnel required to travel in support of this program must be able to obtain credit cards to support travel requirements. 7. Contractor(s) must be able to meet all travel requirements for sending personnel to foreign countries where Status of Forces Agreements (SOFA), visa requirements, work force policies, to include Technical Expert Status Accreditation (TESA), medical standards and other factors may impede their ability to move people quickly to any location world-wide that requires ISEC support. 8. Experience indicates that the contractor(s) must have a strong management and administrative team. They must be able to synchronize contract support activities, personnel deployment, information, processes, procedures and quality of support across multiple time zones and support locations. 9. The prime contractor(s) must be able to provide performance and accounting metrics to ISEC that demonstrate the price, quality, efficiency and timeliness of their support in accomplishing the requirements of ISEC. Additionally, in accordance with DoD and Department of Army (DA) policy, the contractor(s) must ensure that all of their supporting information systems that receive, process, store, display or transmit DoD information, regardless of mission assurance category, classification or sensitivity meet DA standards. Personnel supporting Information Assurance tasks under this contract must also meet DoD 8570 Information Assurance Workforce Improvement Program requirements. 10. The contractor(s) must be able to provide provisioning support, to include purchasing of incidental items, storing, pre-configuration and repair/replacement support for hardware and software for the IT requirements of a major headquarters relocation. Additionally, the contractor(s) must be able to provide secure receiving, shipping and storage capabilities for classified, sensitive, and unclassified equipment and information, to include cryptography equipment, protected distribution hardware and equipment, cabling and heavy General Services Administration-certified safes. 11. Should an Indefinite Delivery Indefinite Quantity contract be awarded for support of the ISEC Program, TOs are envisioned to be Firm-Fixed-Price and Time and Materials. This is subject to further consideration. c. Submission Items: Parties interested in competing for this effort are asked to provide the following information: 1. A statement of interest in competing for this Program to include identification of whether you intend to compete as a Prime Contractor or Subcontractor. For those who have reviewed the Informational Draft PWS, QASP, and the Background and Other Considerations above and have decided not to compete, your comments on why you would not compete would be appreciated. 2. In no more than five pages, please describe your ability to meet the complete requirements of the Informational Draft PWS under the conditions described in the Background and Considerations above. 3. If you intend to compete, please provide: a) In no more than two pages, a statement which describes and demonstrates your ability to successfully participate as a Prime Contractor on this Program. Also indicate the percentage of work you intend to perform with company resources, as well as the percentage of work you intend to subcontract, broken out by large and small business sub-contractor categories. b) In no more than one page, a statement addressing the following: 1) Your resources and history supporting similar work at numerous overseas locations simultaneously. 2) Your familiarity with SOFA and TESA agreements and identify the countries. 3) Your familiarity with working in limited, if not nonexistent, infrastructure locations OCONUS. 4. If you are a small business, indicate: The number of employees and value of annual receipts under the identified North American Industry Classification System (NAICS) codes, whether you are self-certified or Small Business Administration certified. Identify if you intend to compete as a Prime Contractor or Subcontractor, which type(s) of small business you are (e.g., 8(a), Historically Underutilized Business Zone, Service-Disabled Veteran-Owned) and a description of which elements of the PWS described above you cannot meet with your own work force. 5. If you are a large business, please provide a rough outline of your small business participation plan, not to exceed two pages, that describes how you would integrate small business into accomplishing the required support of ISEC. 6. Provide no more than one page of comments on the proposed labor categories and staffing plan discussed in section 3.3.2 of the Informational Draft PWS. Input is being sought from industry on labor category identification and descriptions as well as the use and approval of technical and functional specialists which may be outside of the defined labor categories or skill levels. Please feel free to make suggestions of labor categories and their descriptions based on the upcoming draft PWS. 7. Provide no more than one page of comments and recommendations on the upcoming Informational Draft PWS and on how the Government can improve the process and documents for this Program. 8. The primary NAICS code is not yet determined. NAICS codes currently under consideration include 541512, Computer System Design Services, 541330, Engineering Services and 517110, Wired Telecommunications Carriers. Please provide input regarding appropriate NAICS codes for the work to be performed with your submission. d. Industry Day: The CECOM Contracting Center in collaboration with ISEC intends to hold an Industry Day on Monday, 25 January 2010 in Greely Hall, Fort Huachuca, AZ. The purpose of this event will be to present to interested parties additional information about ISEC, their requirements, and the conditions under which they work. In addition, the acquisition strategy and tentative schedule will briefed, which will be followed by a Questions and Answers session. This opportunity is being offered to interested parties to ensure that responses to this Market Survey are as accurate as possible and contain substantive information and comments. More information will be available on the IBOP Reading Page in the near future. All interested firms, regardless of size, are encouraged to respond to this Market Survey. No awards will result from this Market Survey. Nothing shall be construed within this document or through the Market Survey process to commit or obligate the Government to further action as a result of this Market Survey. No solicitation document exists at this time. This Market Survey is for information and planning purposes only. This is not an Invitation for Bid or a Request for Proposals and is not to be taken as a commitment by CECOM Contracting Center. Firms responding to this Market Survey shall bear all risk and expense of any resources used to provide the requested information and to participate in the Industry Day. All information submitted in response to this request shall become the property of the Government and will not be returned to the submitter. Respondents must submit all requested information by 1200 Mountain Standard Time (Arizona time) on 12 February 2010. For any future updates regarding this program, please monitor the IBOP at https://abop.monmouth.army.mil under the Market Survey subject title. Responses to this Market Survey shall be sent electronically via email using documents prepared with MS Office 2003 or higher or PDF format to TEISIII@conus.army.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/f01c10eefe9898bd65575c36cab151c1)
- Record
- SN02039349-W 20100113/100111234605-f01c10eefe9898bd65575c36cab151c1 (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 |