SOURCES SOUGHT
63 -- Seeking Sources for Integrated Commercial Intrusion Detection System Follow-on Contract
- Notice Date
- 6/27/2014
- Notice Type
- Sources Sought
- NAICS
- 334290
— Other Communications Equipment Manufacturing
- Contracting Office
- ACC-APG - Natick (SPS), ATTN: AMSRD-ACC-N, Natick Contracting Division (R and BaseOPS), Building 1, Kansas Street, Natick, MA 01760-5011
- ZIP Code
- 01760-5011
- Solicitation Number
- W911QY-14-R-0047
- Response Due
- 7/17/2014
- Archive Date
- 8/26/2014
- Point of Contact
- Audrey Rolland, 407-384-5595
- E-Mail Address
-
ACC-APG - Natick (SPS)
(audrey.l.rolland.ctr@mail.mil)
- Small Business Set-Aside
- N/A
- Description
- This special announcement has two purposes: (1) to obtain expressions of interest from all sources to include the small business community in the Joint Product Manager-Force Protection Systems (JPdM-FPS), Integrated Commercial Intrusion Detection System (ICIDS) follow-on procurement at the prime contractor level; and (2) to accurately gauge the capability of those interested small business firms or teams as viable competitors at the prime contractor level. The White Papers and associated evaluations discussed in this notice do NOT replace the in-depth evaluation of a firm's or team's ability to perform; however, these will be utilized to make a final decision concerning the viability of setting aside the procurement for small business. The responses to this notice are for Government planning purposes only and shall not be construed as a definitive intent to proceed with this acquisition. At this time, the Government anticipates a single-award contract vehicle. Small businesses may team together (or even affiliate) and be eligible for award of a set-aside contract, providing that each team member meets the Small Business Administration size regulations as set forth in 13 CFR part 121 and qualify in accordance with the North American Industry Classification System (NAICS) code small business size standard and are deemed capable. Further information regarding teaming and joint ventures are located in the Code of Federal Regulations (13 CFR 124 and 125). The North American Industry Classification System (NAICS) Code is 334290, Other Communications Equipment, with a small business standard of 750 employees. This acquisition will result in multiple Delivery Orders (DOs) with site specific Statements of Work (SOWs). The DOs will consist of fixed-price line items and cost reimbursable travel line items in accordance with (IAW) Department of Defense (DOD) Joint Travel Regulations (JTR). The Government does not intend to limit either the number or types of teaming arrangements entered into by the potential offerors (i.e., any given contractor could propose as a prime contractor as well as participate as a subcontractor on one or more other proposing teams). All prime contractors (especially those planning to use the affiliation and teaming rules issued by the SBA) are invited to submit a White Paper, not to exceed 10 pages. White Papers must mirror how offerors plan to propose. If proposing as a team, the White Paper must reflect the team and team approach. To be considered in this determination, the White Paper must be submitted not later than 17 July 2014. Each White Paper must include the following information: - Contact for additional information (name, title/role, phone number, email address) - Business Size Status - Relevant CAGE and NAICS Codes - Relevant work completed to demonstrate capability - Prime or Team composition to include any contracts awarded to the same team in the last two years - Certifications and Clearances Clear description of proven abilities to overcome the challenges of the ICIDS program (i.e. experience, training, certification,). Some of the noted challenges include: The ability to provide National Agency Check (NAC) cleared personnel, equipment that meets the requirements of FIPS 140-2 and FIPS 201-2, original equipment manufacturer (OEM) system certified, properly skilled and experienced personnel to conduct site surveys, site specific designs, and installation in accordance with the applicable regulations at Continental United States (CONUS) and Outside Continental United States (OCONUS) Installations executing simultaneously. A fully integrated installation can represent a geographical area of several hundred square miles and may include over one hundred buildings of various form, configuration, and function requiring multiple levels of security and asset protection while using various means of communication. ICIDS systems management involves complex life-cycle software maintenance. This includes as a minimum software architecture design, regression analysis and testing skills and configuration management procedures to be utilized throughout the life cycle of the program. Included in this requirement is the ability to interface with ICIDS-III and IV systems currently fielded using DAQ equipment. This is a critical function to maintain the integrity of the system and subsequently maintaining the level of protection required by the regulations mentioned above. Since the system is based on Commercial Off-The-Shelf (COTS) products, the Offeror must be able to react to obsolescence and security enhancement issues that arise from government regulation evolutions and significant commercial market pressures. The Successful Offeror may be required to procure materials and sustain on-going installations with their own capital during performance of completion-type task orders. A significant capital investment may be required as each installation could average $3M with up to 10 sites being executed simultaneously. The White Paper must focus on past experience and shall demonstrate the prime and/or team's ability to successfully perform the anticipated contract considering the challenges to: (1) concurrently manage a minimum of 10 site-specific Intrusion Detection System (IDS) surveys, designs, installations, tests, training, and interim support at overseas and domestic locations that meet stringent security, chemical and biological surety, ammunition and explosive safety, and information protection regulations; (2) financially support these simultaneous efforts with each site averaging $3M in resources; (3) meet requirements of Cybersecurity in accordance with the Defense Information Assurance Risk Management Framework (DIARMF) and be able to transition from DoD Information Assurance Certification and Accreditation Process (DIACAP); (4) provide qualified, trained, experienced personnel at the onset of the contract; (5) administer and manage an Indefinite Delivery/Indefinite Quantity (IDIQ) task order contract (expected to be as much as $100M including options) with numerous subcontractors and/or partners; (6) perform realistic price and schedule projections for complex technical and integration efforts; (7) create a contract management structure that allows for an integrated organization accountable for total performance responsibility; (8) apply an established understanding of DoD, Army, and Federal Government Agencies, their policies, regulations, and procedures; (9) ensure that the small business firm or small business team is in compliance with 13 CFR 121 and the NAICS; and (10) deliver FIPS compliant equipment; (11) furnish a team that is fully capable of performing without organizational conflict of interest (OCI) restrictions. The government reserves the right to verify any information provided in the White Papers. Any pertinent customer contact information shall be made available upon request. Only the first 10 pages of submitted White Papers will be considered. Pages exceeding this count will be discarded. The Government intends to procure products that have been tested and fielded under previous U.S. Government contracts. General marketing materials will not be evaluated. Past Performance information that does not specifically address the challenges above will not be evaluated. This is not a Request for Proposals. Proposals submitted as a response to this notice will not be evaluated. This acquisition is not open to participation by foreign firms at either the prime or subcontract level. In order to be considered for award IAW Federal Acquisition Regulation (FAR) clause 52.204-2 (8/96), Security Requirements, the Contractor shall comply with the security regulations and procedures set forth in the National Industrial Security Program Operating Manual (NISPOM) and DD Form 254, Contract Security Classification Guide, included in the solicitation and resultant contract. Before performing and upon completion of any on-site work, the Contractor shall report to the Installation Security Officer or the designated representative. Contractor personnel shall possess and transmit appropriate clearances prior to arrival at the site. Pursuant to AR 190-11 and AR 190-13, Contractor personnel whose duties involve the design, operation, test, installation, or maintenance of unclassified Intrusion Detection Systems require completion of a favorable NAC or NAC with written inquiries prior to appointment to such non-critical, sensitive positions. Potential Offerors shall submit White Papers via email to audrey.l.rolland.ctr@mail.mil by 17 July 2014 regarding their capability to fulfill this potential requirement as described above, to include their ability to meet the listed challenges and their business size for NAICS code 334290.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/80b8bc286b16eb3ccf26de602a32fc48)
- Place of Performance
- Address: ACC-APG - Natick (SPS) ATTN: AMSRD-ACC-N, Natick Contracting Division (R and BaseOPS), Building 1, Kansas Street Natick MA
- Zip Code: 01760-5011
- Zip Code: 01760-5011
- Record
- SN03409090-W 20140629/140627235006-80b8bc286b16eb3ccf26de602a32fc48 (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 |