Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 08, 2012 FBO #3849
SOURCES SOUGHT

D -- Worldwide Power and Terrestrial Communications MATOC

Notice Date
6/6/2012
 
Notice Type
Sources Sought
 
NAICS
237130 — Power and Communication Line and Related Structures Construction
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, USACE District, Philadelphia, 100 Penn Square East, Wanamaker Bldg (RM 643), Philadelphia, Pennsylvania, 19107-3390, United States
 
ZIP Code
19107-3390
 
Solicitation Number
W912BU-12-Z-0004
 
Archive Date
7/6/2012
 
Point of Contact
James Eckhardt, Phone: 2156566773
 
E-Mail Address
james.e.eckhardt@usace.army.mil
(james.e.eckhardt@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
The US Army Corps of Engineers Philadelphia District is seeking information from potential sources to support a possible award of a Multiple Award Task Order Contract (MATOC) supporting PM P2E's World-Wide Contingency Operations in the continental United States (CONUS) and Outside the Continental United States (OCONUS) Command and Control Communications Center (C4) Commercialization effort. The equipment and services to be acquired are telecommunications solution sets; strategic telecommunications systems; and infrastructure to provide Installation Information Infrastructure Modernization (I3MP) to the World-Wide Contingency Operations Area of Responsibility (AOR). These requirements include, but are not limited to: Technical Control Facilities (TCF), Wireless Technologies, Outside Plant (OSP), Inside Plant (ISP) and OSP/ISP Building Entrance Terminals (BET), Cross Connects, Premise Wiring, Data Stacks, Top Level Architecture (TLA) Stacks, Data, Voice and Video Tele-Conferencing (VTC) solutions. The deliverables shall provide for terrestrial, Line of Sight (LOS) and wireless communications infrastructure within World-Wide Contingency Operations for support units, activities or agencies assigned or anticipated to be assigned to these locations. Additional Requirements include: 1. Provide engineering, furnishing, installing, testing, integration, implementation, and enterprise services support for the complete spectrum of Information Technology (IT) equipment and service requirements of the Army and Department of Defense (DoD). 2. Solution development, process development, integration and implementation of Commercial Off-the-Shelf (COTS) Information Technology (IT) products and services. 3. Technical and program management and analysis, acquisition, design, engineering, migration, cut-over, installation, integration, testing, logistical services, training, and authority to purchase any materials required to support these tasks. 4. Acquire hardware, software, infrastructure, associated support contracts and subscriptions with state-of-the-art, COTS/Non Developmental Item (NDI) digital switching systems/equipment, wireless, broadband, Voice Over Internet Protocol (VoIP)/Voice Over Secure Internet Protocol (VoSIP) solutions, cable plant worldwide and Video Tele-Conferencing (VTC) legacy voice solutions, storage, networking, and virtualization of data services, to include Disaster Recovery Continuity of Operations (DR/COOP). 5. A turn-key customer solution from site preparation through equipment installation, cutover, migration support, training, initial logistics support including modifications and upgrades. The proposed actions will ensure the continued timely, cost-efficient development and acquisition of emerging technologies to support Army Transformation efforts and to realize the Army's vision of maintaining strategic dominance across the entire spectrum of operations worldwide. The deliverables shall provide for terrestrial communications infrastructure within the Central Command (CENTCOM) Theater of Operations and contingency areas for support units, activities, or agencies assigned or anticipated to be assigned to these locations. The period of performance shall be for a base year with options up to two years. Total contract value ceiling will be in the estimated amount of $240,000,000.00. The purpose of this Sources Sought is to conduct Market Research and encourage responses from all qualified large and small business sources capable of providing this support for this effort. This announcement is for market research and does not constitute a Request for Proposal (RFP). DISCLAIMER: This Sources Sought is issued solely for information and planning purposes and does not constitute a Request for Proposal or a promise to issue a Request for Proposal in the future. This Sources Sought is for information, planning, and market research analysis only; therefore, it is not to be construed as a commitment by the Government to procure at this time. This Sources Sought is not a formal solicitation nor is it a request for proposals (RFP). Any formal solicitation will be announced separately. This request does not commit the Government to contract for any supply or service. Respondents are advised that the U.S. Government will not pay for any information or administrative costs incurred in response to this Sources Sought. All information received in response to this Sources Sought that is marked Proprietary will be handled accordingly. Responses to the Sources Sought will not be returned. In accordance with (IAW) FAR 15.201(e), responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. Responders are solely responsible for all expenses associated with responding to this Sources Sought. Response to this RFI from industry is strictly voluntary. RESPONSE FORMAT The Government requests that your firm select and describe current, successful contract actions or have actions completed within two years that accurately represent the technical, operational, and management capabilities applicable to this effort. Responses to the subject areas below by letter designation are requested to assist in assessing the depth and range of businesses with the interest, requisite skills and past performance to meet the requirements and perform work Worldwide (CONUS/OCONUS), including in CENTCOM AOR. A. Contractor Identification Data, to include: 1. Contractor data (Name, Address, Zip Code) 2. Cage Code 3. DUNS 4. Contract number(s) 5. Dates of contract performance 6. Socioeconomic designation B. Provide a short Executive Summary of your company's prime area of business (No more than one page at 12 pitch for each contract the aforementioned work is performed). Start each description with the contract number and the government Contracting Officer's name, e-mail address and phone number. C. Provide the name, position, address and phone number of your firm's central point of contact for the submitted information in the event clarification of your firm's capabilities is warranted. D. Small Business should include a statement assuring the capacity of the firm to accomplish multiple task orders within time and cost limitations for these requirements. E. Each submission should not exceed 5 pages total. F. All responses shall be submitted electronically to the POC email address.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA61/W912BU-12-Z-0004/listing.html)
 
Place of Performance
Address: The Wanawaker Building, 100 Penn Square East, 6th Floor, Philadelphia, Pennsylvania, 19107, United States
Zip Code: 19107
 
Record
SN02768424-W 20120608/120607000524-ad7670daff0790f4257b8ae7e1a5b406 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.