SOURCES SOUGHT
R -- Engineering and Administrative Support
- Notice Date
- 3/8/2012
- Notice Type
- Sources Sought
- NAICS
- 541611
— Administrative Management and General Management Consulting Services
- Contracting Office
- ACC-APG - Aberdeen Division B, HQ CECOM CONTRACTING CENTER, 6001 COMBAT DRIVE, ABERDEEN PROVING GROU, MD 21005-1846
- ZIP Code
- 21005-1846
- Solicitation Number
- S3R-0543
- Response Due
- 3/19/2012
- Archive Date
- 5/18/2012
- Point of Contact
- Raymond Perkins, 443-861-8026
- E-Mail Address
-
ACC-APG - Aberdeen Division B
(raymond.g.perkins2.civ@mail.mil)
- Small Business Set-Aside
- N/A
- Description
- Reference Number S3R-0543 Market Survey Questionnaire Note: All information is to be provided via electronic mail to both Ken Young and Raymond Perkins, at Milton.K.Young2.civ@mail.mil, and Raymond.g.perkins2.civ@mail.mil no later than close of business 10 calendar days from the posting date. This is a Sources Sought Request for Information (RFI) to assess your company's capabilities to supply the services as identified in the attached Performance Work Statement (PWS). Your response is not to be construed as a commitment by the Government to procure any services, or for the Government to pay for the information received. Do not submit a proposal or quote. CECOM - Software Engineering Center (SEC) supports software for a diverse range of warfighter, business and enterprise systems throughout the software life cycle. From acquisition needs determination to Post Deployment Software Support (PDSS), SEC has been positioning itself to respond to and fulfill every customer's need throughout the software life cycle within the timeframes, cost parameters and changing customer requirements. To support this mission, SEC Operations Directorate (OD) performs various activities to support the Headquarter staff and Director, SEC. Contractor services, which are identified in the attached SEC - OD, Tactical Operations Division (TOD) Engineering and Administrative Support Performance Work Statement (PWS), include engineering, graphic design, technical, editorial and administrative activities. Interested capable contractors are invited to provide responses to the following questions and specific capabilities to address the requirements as mentioned in the attached PWS. Responses should follow this format and be submitted electronically as one complete document not to exceed twenty (20) pages. Should there be proprietary data included with the information provided please clearly mark such information and separate it from the unrestricted information as an addendum. PLEASE NOTE THAT IF A QUESTION BELOW OR A REQUIREMENT IN THE PWS IS NOT ADDRESSED THAT EXPLAINS YOUR COMPANIES SPECIFIC CAPABILITY THE GOVERNMENT WILL ASSUME THE RESPONDENT DOES NOT OR CANNOT MEET THE SALIENT CHARACTERISTICS OF THIS MARKET SURVEY. NO TELEPHONE INQUIRES WILL BE ACCEPTED. 1. Please provide the following Point of Contact information: Company: Address: Point of Contact: Phone Number: Fax Numbers: Email Address: 2. Please identify your company's small business size standard based on the primary North American Industrial Classification System (NAICS) code of 541611 and 2 secondary NAICS codes of 541512 and 541430. The Small Business Size Standard for this NAICS code is $7 million. For more information, refer to http://www.sba.gov/content/table-small-business-size-standards. Large Business Concern Small Business (SB) Concern 8(a) Small Disadvantaged Business (SDB) Woman-Owned Small Business Historically Underutilized Business Zone (HUBZone) Veteran-Owned Small Business Service-Disabled Veteran-Owned Small Business 3. If you identify your company as a Small Business or any of the SB subcategories as stipulated in Question # 2, then is your company interested in a prime contract for the attached PWS? 4. Under the current SB recertification regulations, do you anticipate your company remaining a small business, under primary NAICS Code 541611 and secondary NAICS codes 541512 and 541430? If you are a SB answer questions 4A & B. All others skip to Question #5. A.If your company is awarded the contract, will you be able to perform at least 50% (percent) of the work? B.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 Multiple Award Contracts (MACs)? 6. If you answered "yes" to Question # 5, please provide as much of the following information as possible; A. MAC contract number(s); B. aggregate dollar value of entire MAC contract; C. aggregate dollar value of task orders you prime on each MAC; D. number of task orders you prime on MAC; E. Is the work on each MAC similar in scope to that of the attached PWS? 7. Does your company possess the capabilities to provide the entire range of services called for in the attached PWS? ______ YES _______ NO 8. If you answered YES to Question # 7, please provide specific capabilities and examples for how your company can provide these services. 9. If you answered NO to Question # 7, please list what services in the PWS your company can provide? Please provide specific capabilities and examples. 10. Is your company planning on business arrangements with other companies, please list the process used in selecting the members? 11. Please provide details regarding proposed joint ventures, teaming arrangements, strategic alliances, or other business arrangements to satisfy requirements of the PWS. Offerors are encouraged to identify teams, indicating each team member's size based upon the NAICS code of the work that the team member may be doing. 12. 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 13. Has your Company performed this type of effort or similar type effort (to include size and complexity) in the past, if so provide Contract Number, Point of Contact (POC), e-mail address, phone number, and a brief description of your direct support of the effort? 14. What are the core competencies of your employees that would support the requirements of the PWS? Also, provide the total number of individuals currently employed by your company that are capable of supporting the requirements in the PWS. 15. Does your company have a SECRET facility or access to one should it be required. 16. Do all the employees that would support this PWS have a SECRET Clearance? 17. Does your firm possess an approved Defense Contract Audit Agency (DCAA) accounting system?
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/284a4c977ba8af61439ad24a62143b6f)
- Place of Performance
- Address: ACC-APG - Aberdeen Division B HQ CECOM CONTRACTING CENTER, 6001 COMBAT DRIVE ABERDEEN PROVING GROU MD
- Zip Code: 21005-1846
- Zip Code: 21005-1846
- Record
- SN02692618-W 20120310/120308235811-284a4c977ba8af61439ad24a62143b6f (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 |