Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 26, 2013 FBO #4415
SOURCES SOUGHT

D -- Request for Information (RFI) for planned competitive follow-on to Contract Number W15P7T-11-D-G402 for the Common Hardware Systems-4 (CHS-4) contract.

Notice Date
12/24/2013
 
Notice Type
Sources Sought
 
NAICS
334111 — Electronic Computer Manufacturing
 
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
W15P7T14RCHS5
 
Response Due
2/7/2014
 
Archive Date
3/9/2014
 
Point of Contact
John Favara, 443-861-4953
 
E-Mail Address
ACC-APG - Aberdeen Division B
(john.s.favara.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
This Request for Information (RFI) is for planning purposes only and shall not be considered as an Invitation for Bid, Request for Quotation, or Request for Proposal or as an obligation on the part of the Government to acquire any products or services described herein. Your response to this RFI will be treated as information only. No entitlement to payment of direct or indirect costs or charges to the Government will arise as a result of a contractor's submission of responses to this announcement or the Government's use of such information. This request does not constitute a solicitation for proposals or the authority to enter into negotiations to award a contract. No funds have been authorized, appropriated or received for this RFI. The information provided may be used by the Army in developing its acquisition strategy, Performance Work Statement and/or Performance Specifications. Interested parties are responsible for adequately marking proprietary or competition sensitive information contained in their response. The Government does not intend to award a contract on the basis of this RFI or to otherwise pay for the information submitted in response to this RFI. Overview: The US Army Contracting Command-Aberdeen Proving Ground (ACC APG), MD is seeking feedback from industry concerning the planned competitive follow-on to Contract Number W15P7T-11-D-G402 for the Common Hardware Systems-4 (CHS-4) contract. The CHS-4 contract currently provides commercial hardware [i.e. Non-Developmental, modified commercial off the shelf (COTS) items (i.e. ruggedized and militarized)] and services to a variety of military organizations utilizing both Firm Fixed Price and Cost Plus Fixed Fee (Term and Completion Type) Delivery and Task Orders issued against a single award Indefinite Delivery Indefinite Quantity (IDIQ) contract. The CHS-4 five year ordering period will expire in August 2016 with the five year warranty for the last possible warrantied item ending in August 2021. Description: The Government is interested in understanding how to incentivize industry to respond to the CHS-5 follow-on Request For Proposal (RFP), if one is issued at a later date. The interested industry source(s) must be able to meet the following set of requirements: 1. Effective and efficient ordering and delivery mechanisms for a variety of COTS Information Technology products and modified-COTS products. 2. Incentivizing fair and reasonable pricing over a desired ordering period of ten (10) years with sustained quality support. 3. Timely insertion of technologically relevant advancements and management of commercial product issues such as End-Of-Life, product failures and diminishing manufacturing sources. 4. Provide a Repair Turn Around Time (TAT) of 72 hours for warranted items regardless of geographic location 5. Delivery of Non-proprietary management tools that provide near real-time visibility into the status of any failed item 6. Provide essential testing services including environmental and survivability of new products 7. Capacity to design and produce ancillary products such as Installation Kits and Operational Transit Cases. Instructions: Interested parties are requested to provide descriptions of current capabilities providing the types of IT products and services discussed herein. Of particular interest are supply chain relationships with major commercial IT vendors, with emphasis on any special industry discount programs, known end of life issues that may adversely impact the CHS user community, whether there is commercial interest in providing services for the repair and return of non-CHS products (i.e. CHESS and GTACS) as well as products purchased on prior CHS contractual vehicles, and if there are any potential obstacles to achieving full and open competition for the CHS-5 Program. Responses to this RFI should be submitted within 45 days from release of this survey on 1700 hours on 07 February 2014. Technical questions and industry responses are to be sent via email to Lead Contract Specialist, Jennifer Barnes at Jennifer.l.Barnes78.civ@mail.mil. All material submitted in response to this RFI must be unclassified. Interested parties possessing the capacity to provide the requirements outlined above are requested to provide a White Paper describing: a. Corporate capabilities, past and current relevant performance information, available facilities and assets and company profile (i.e., company type, US or non-US ownership, Cage code, DUNs number, size and status as listed in the System for Award Management (SAM). b. Experience in providing global services including hardware and software warranties; procurement of components and component integration into end systems. c. Name, telephone number, fax number, street address and e-mail address for Program and Technical points of contact information. Please note that commencing late in February 2014, the Government may afford interested parties an opportunity to discuss the contents of their White Papers during an industry one-on-one session where it is envisioned the parties will engage in an active information exchange dialogue to aid in the Government's feasibility assessment. The Government hereby notifies potential RFI responders that the Government intends to use contractor support in the collection of information and development of the acquisition strategy, Performance Work Statement and/or Performance Specifications. The Government intends to allow contractors from JANUS Research Group Inc., MJ-6 LLC, Engineering Solutions & Products LLC, Defense Acquisition Support Services LLC, and Booz Allen Hamilton performing advisory and assistance services, to view the RFI responses to aid in the development of this effort. By submitting a response to this RFI, responders understand and consent to the release of any and all data contained in RFI responses, to include proprietary data and other marked information, for development of this effort only, to the contractors performing those services for the Government. The Government will allow for Non-Disclosure Agreements (NDA) to be signed amongst the contractors and the responders at the responders request.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/4a08cb8107f006d93edaf97127c92ca1)
 
Place of Performance
Address: ACC-APG - Aberdeen Division B HQ CECOM CONTRACTING CENTER, 6001 COMBAT DRIVE ABERDEEN PROVING GROU MD
Zip Code: 21005-1846
 
Record
SN03257803-W 20131226/131224233657-4a08cb8107f006d93edaf97127c92ca1 (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.