SOURCES SOUGHT
D -- Sources Sought Notice for Initialization Production and Support Services (IPSS)
- Notice Date
- 9/26/2012
- Notice Type
- Sources Sought
- NAICS
- 541330
— Engineering 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
- W15P7T-12-R-0030
- Response Due
- 10/10/2012
- Archive Date
- 12/9/2012
- Point of Contact
- Bridgette Graham, 443-861-4927
- E-Mail Address
-
ACC-APG - Aberdeen Division B
(bridgette.s.graham.civ@mail.mil)
- Small Business Set-Aside
- N/A
- Description
- This Sources Sought Notice (SSN)/Request for information (RFI) is for planning purposes, and is not to be considered an invitation for bid, request for quotation, or as an obligation on the part of the Government to acquire any products or services. No reimbursement will be a made for any costs associated with providing information in response to this SS/RFI or any follow up information request. This is a market survey to identify potential sources capable of providing Initialization Production and Support Services in support of Command, Control, Communications, Computers, Intelligence, Surveillance, and Reconnaissance (C4ISR) systems. The planned acquisition is for one (1) base year and three (3) option years for the development of a production capability (software development) and the subsequent production of initialization deliverables. The scope of this market survey is to identify a potential source capable of performing all areas; respondents should outline their capability to perform all areas outlined in the attached performance work statement to be considered responsive. DESCRIPTION OF REQUIREMENT The Tactical Internet (TI) is composed of a series of C4ISR systems (clients like Advanced Field Artillery Technical Data Systems (AFATDS) or Command Post of the Future (CPOF)) and enablers (transport like Warfighter Information Network - Tactical (WIN-T's) Satellite Transportable Terminal (STT) and Network System (NS's) Enhanced Position Location and Reporting System (EPLRS)). Together this forms a network architecture. The original vision for the TI provided capability at Corps through Brigade Levels. These echelons had relatively fixed environments (command posts, installations, etc...) where it was feasible to provide communications via large satellites, shelter mounted equipment and semi-permanent structures (ex. Standardized Integrated Command Post Systems (SICPS)) providing high bandwidth networking equipment. This original vision has come to be referred to as the Upper Tactical Internet (UTI). Sometime after the development and acquisition of these systems, it became clear that the need to extend the network below the Brigade level (e.g., Battalion), and in an on-the-move capacity was required. This capability needed higher levels of availability and mobility, and was, therefore, constrained to the lower bandwidth associated with network transmission by radio (satellite transmission via L-Band was introduced later). This follow-on requirement became known as the Lower Tactical Internet (LTI). Project Director Tactical Network Initialization (PD TNI) is chartered to initialize the TI. In order to satisfy that need, the Government is proposing to issue a new competitive contract for IPSS. Initialization Production is used to create database files to allow communication for both the UTI and the LTI networks. Initialization Products are defined as a collection of key mission information which is loaded into Army Battle Command Systems (ABCS) and other C4ISR systems, to allow each of them to communicate throughout the UTI and LTI networks. Specifically, the Initialization Production includes the development, production, and maintenance of Government-owned data required to ensure effective digital communication amongst the aforementioned systems. The Initialization Product is currently delivered by the Contractor, through electronic transfer of the data and/or by delivery of a Compact Disc (CD), to the Government. The Initialization Support Services refer to the enabling functions relative to production: Engineering, Configuration Management (CM), Quality Assurance (QA), Test, Program Management, and other Services, as required. The Initialization Support Services also include the operation, potential within-scope development or enhancement, and maintenance of the Government-Owned database and Government-Owned database tools designed to develop, produce and maintain the Initialization Data. The entire scope of this effort requires work be performed which spans the life cycle of the Initialization Data. During the formulation of the government's contracting strategy, three courses of action were considered. The first was to continue on the current execution path, allowing for separate contracts for UTI production, LTI production, and tool development. The second involved consolidating only the production contracts, and pursuing a standalone development contract. This market survey request covers the government's third and chosen contracting strategy: one consolidated contract for UTI production, LTI production, and production capability (software/tool development). The contractor will be expected to provide for the development of a production capability (software development) and the subsequent production of initialization deliverables. The Government anticipates award in June 2013, of a consolidated contract consisting of one (1) base year and three (3) option years for the development of a production capability (software development) on a hybrid Firm Fixed Price/Cost Plus Incentive Fee contract. This market survey requests responses and information from interested sources capable of providing services in accordance with the Government's chosen contracting strategy services, as described above. The Government does not have detailed documentation on hardware modules or the software source code for the Consolidated Initialization Tool (CIT) referenced in 'Requirement B' of the attached DRAFT Performance Work Statement (PWS). Consequently, the Government does not have the detailed documentation or source code to provide to a third party. A limited technical data package will be made available at a future date. The assigned North American Industry Classification (NAICS) code for this potential requirement is 541330, for Engineering Services with the correspondence small business size standard of $14M Both large and small businesses are encourage to response. Please provide the following information as part of all market survey responses: 1. Statement as to whether or not your company is considered a small or large business. Please also indicate any socioeconomic classification (8(a), Small Disadvantaged Business, Woman-Owned, Veteran-Owned, Veteran Owned Small Business, Service-Disabled Veteran-Owned, or HUB-Zone) that applies. 2. Do you currently have the technical ability and capacity to perform the taskings in the PWS? A detailed explanation is required. Additionally, responders should include direct answers to the following questions: a. Do you meet the non-manufacturer rule of FAR Clause 52.219-14, if so how? b. If your company is awarded the contract, will you be able to perform at least 50% (percent) of the work required in house? c. Can you acquire enough space to perform this task prior to contract award or within 15 calendar days after contract award? d. If you are a small business can you go without a payment for 90 days? e. Does your company have a SECRET facility or access to one should it be required? f. Has your Company performed this type of effort or similar type effort (to include size and complexity)? If so, please provide examples, including Contract Number, indication whether your firm acted as a prime or subcontract, contract value, Government /Agency Point of Contact (POC), e-mail address, phone number, and a brief description of your direct support of the effort? g. Interested vendors are encouraged to identify teams. If you are planning on teaming with other companies, Please list the process used in selecting the members. The data received in response to this market survey is for information purposes only and does not mandate or impose requirements. This notice is not a request for proposal and the Government does not intend to pay for information submitted. Respondents will not be notified of the results of the evaluation of the information they provide. No contract award will be made on the basis of responses received; however, the information will be used in a Market Survey Report assessment of capable sources. We recognize that proprietary data may be included with the information provided. If so, clearly mark such proprietary information and clearly separate it from the unrestricted information as an addendum. Interested sources should submit their qualification data and requested information no later than 1500 hrs on 10 October 2012 by email to bridgette.s.graham.civ@mail.mil. Telephone responses will not be accepted. Point of Contact: Bridgette S. Graham, Contract Specialist, ACC-APG
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/8f70bb0ed05d926c4ecad4a8ff7a4089)
- 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
- SN02899588-W 20120928/120926235845-8f70bb0ed05d926c4ecad4a8ff7a4089 (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 |