SOURCES SOUGHT
D -- Initialization Production and Support Services (IPSS)
- Notice Date
- 3/8/2013
- 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-13-R-0040
- Response Due
- 3/28/2013
- Archive Date
- 5/7/2013
- Point of Contact
- Bridgette Graham, 443-861-4914
- E-Mail Address
-
ACC-APG - Aberdeen Division B
(bridgette.s.graham.civ@mail.mil)
- Small Business Set-Aside
- N/A
- Description
- Sources Sought Notice for Initialization Production and Support Services (IPSS) Place of Performance: Primary Production - Fort Hood, TX and/or contractor's place of performance (Upon Government Approval) THIS NOTICE WAS ORIGINALLY POSTED UNDER SOLICITATION NUMBER W15P7T-12-R-0030 ON 18 OCT 2012. TO BE CONSIDERED RESPONSIVE TO THIS NOTICE A NEW OR REVISED RESPONSE IS REQUIRED 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 SSN/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 improving and enhancing the Initialization Production process and initial and subsequent production of initialization deliverables. The scope of this market survey is to identify a potential source capable of performing all areas; respondents must outline their capability and capacity to perform all areas outlined in the attached performance work statement to be considered responsive. A detailed response is required for PD TNI to assess and to gain confidence the respondent is fully capable of meeting all areas of the PWS to include Management and Support Services. DESCRIPTION OF REQUIREMENT The Tactical Internet (TI) is composed of a series of C4ISR systems (Command and Control systems like Advanced Field Artillery Technical Data Systems (AFATDS) or Command Post of the Future (CPOF)) and enablers (Communication systems like Warfighter Information Network - Tactical's (WIN-T's) Satellite Transportable Terminal (STT) and Network System's (NS's) Enhanced Position Location and Reporting System (EPLRS)). Together this forms tactical C4ISR network architecture. The original vision for the Army's Tactical Internet (TI) provided a networking capability at Corps and Brigade Levels. These echelons have relatively fixed environments (command posts, installations, etc...) where it is 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 portion of the TI is referred to as the Upper Tactical Internet (UTI). Sometime after the development and acquisition of these UTI systems, the requirement to extend the network capability below the Brigade level (e.g., Battalion, Company, etc), and while on-the-move, was identified. These new network capabilities required higher levels of availability and mobility, and were, therefore, constrained to the lower throughput capacities associated with tactical radio network transmissions. These follow-on capabilities of the Army C4ISR tactical network became known as the Lower Tactical Internet (LTI). Project Director Tactical Network Initialization (PD TNI) is chartered to initialize the TI (UTI and LTI). In order to satisfy that need, the Government is proposing to issue a new competitive contract for IPSS. Initialization Production is used to create Initialization Products (i.e., database files) to allow communication for both the UTI and the LTI networks. Initialization Products are defined as a collection of key mission information attributes which are loaded into Army Battle Command Systems (ABCS) and other C4ISR systems, to allow each of them to communicate throughout the UTI and LTI networks. Initialization Production includes the production, and maintenance of Government-owned data sets (i.e., Initialization Products) ensuring effective digital communication amongst the aforementioned systems. Initialization Products are currently delivered by the Contractor, through electronic transfer of the data and/or by delivery of a Compact Disc (CD), to the Government. Initialization Support Services (ISS) refer to the enabling functions relative to Initialization Product production: Engineering, Configuration Management (CM), Quality Assurance (QA), Test, Program Management, and other Services, as required. ISS also include the operation, development or enhancement, and maintenance of the Government-Owned database and Government-Owned database tools designed to produce and maintain the Initialization Products. The entire scope of this effort requires work be performed which spans the life cycle of the Initialization Products and the maintenance of the Government-Owned databases and software tools from which they are derived. The Government anticipates award in September 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 detailed responses and information from interested sources capable of providing services in accordance with this Sources Sought Notice and the IPSS Draft Performance Work Statement. The Government does not have detailed documentation on hardware modules or the software source code for the Consolidated Initialization Tool (CIT) referenced in 'Task B' of the attached DRAFT 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. The exception, Military and Aerospace Equipment and Military Weapons with a small business size standard of $35.5M also applies. Both large and small businesses are encouraged to respond. You must respond to all of the following information requests and questions as part of the market survey to be considered responsive: 1. State 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 Small Business, Service-Disabled Veteran-Owned, or HUB-Zone) that applies. 2. Please explain in detail the technical ability and capacity to perform Task A and B in the PWS? Please address all areas of the Task A and B and the integrated approach. 3. Please explain in detail your program management approach to Task A and B. 4. Please explain how you will manage the DIACAP process and meet this requirement for Task A and B. 5. This contract will require the utilization of Earn Value Management (EVM) and reporting using the Integrated Program Management Report (IPRMR). Do you have a certified Earned Value Management System in place? Please explain how you will implement EVM and begin reporting within 30 days from contract award. 6. Do you have the ability to manage, as a prime contractor, the types and magnitudes of the tasking in the PWS? Detailed explanation required. What contracts of similar complexity and scope have you managed in the past? Please provide contract number and POC for this contract. Must demonstrate past success in performing relevant and similar tasks. 7. Explain your ramp up approach to Task B. 8. What technical and programmatic risks do you foresee in executing Task A and B? What risk reduction measures would you employ to address these? 9. Describe your experience with Army Tactical Networks and specifically the relationship with UTI and LTI C4ISR systems. 10. Explain how you would go about identifying and implementing efficiencies in process and tools to save cost and time in producing data products. 11. If you are a small business and is awarded the contract, will you be in compliance with the limitation on subcontracting at FAR clause 52.219-14 [hvn5]on each of the Tasks (A and B)?. Explain how you will accomplish this requirement (i.e Provide detail explanation on type of work you will be performing as a prime and possible type of effort you plan to subcontract to small and large businesses), and as applicable list key assignments/positions. 12. Explain your spacing and equipment requirements to perform Task A and B and how you will meet it within 15 calendar days after contract award? 13. If you are a small business, can you go without payment for 90 days? Please explain how you will fund the employment of a qualified and the appropriate number of staff without payment to meet the PWS requirements in the first 90 days. 14. Does your company currently have or will have a SECRET facility clearance before time of award? Please explain where, how certified, and with which agency and contract/contract number. 15. What is your experience in producing LTI data products? What is your experience in producing UTI data products? You must provide examples, including Contract Number, indicating 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? 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 28 March 2013 by email to Bridgette S. Graham, Contract Specialist, ACC-APG at bridgette.s.graham.civ@mail.mil. PLEASE NOTE: NO REQUESTS FOR EXTENSIONS WILL BE GRANTED Telephone responses will not be accepted. Contracting Office Address: ACC-APG - Aberdeen Division B, HQ CECOM CONTRACTING CENTER, 6001 COMBAT DRIVE, ABERDEEN PROVING GROUND, MD 21005-1846 US Point of Contact(s): Bridgette Graham, Contract Specialist - bridgette.s.graham.civ@mail.mil ALT POC: Lester Pagano, Contract Specialist - lester.a.pagano.civ@mail.mil
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/091dd7ed0ef55bac77d5e1792aebe7ae)
- 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
- SN03007963-W 20130310/130308234834-091dd7ed0ef55bac77d5e1792aebe7ae (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 |