SOURCES SOUGHT
D -- Mission Equipment Branch (MEB) Requirements - Draft PWS
- Notice Date
- 12/10/2015
- Notice Type
- Sources Sought
- NAICS
- 541512
— Computer Systems Design Services
- Contracting Office
- Department of the Army, Army Contracting Command, ACC - APG - Aberdeen Division E, 6001 COMBAT DRIVE, Aberdeen Proving Ground, Maryland, 21005-1846, United States
- ZIP Code
- 21005-1846
- Solicitation Number
- W56JSR-16-MEB
- Archive Date
- 1/7/2016
- Point of Contact
- Dzung Tang,
- E-Mail Address
-
dzung.t.tang.civ@mail.mil
(dzung.t.tang.civ@mail.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- Draft Performance Work Statement (PWS) and Systems This is a Request for Information (RFI) only. Do not submit a proposal or quote. After reviewing the Mission Equipment Branch (MEB) Requirements, outlined below, interested capable contractors are invited to provide responses to the following questions. Responses should follow this format and be submitted electronically as one complete document. This RFI is for informational purposes only and is not to be construed as a commitment by the Government to procure any items/services, or for the Government to pay for the information received. No reimbursement will be made for any costs associated with providing information in response to this RFI or any follow-up information request. The purpose of this Request for Information (RFI)/Sources Sought is to identify potential small business sources that can provide support to Software Engineering Center (SEC) Intelligence Electronic Warfare & Sensors (IEWS) Directorate, Sensors & Mission Equipment (S&ME) Division, Mission Equipment Branch (MEB). The requested information will be used by the Government for market research purposes only and is not a Request for Proposal or a Request for Quote in that it will not be used to place an order with any vendor directly. This is for informational purposes only and the Government will not be obligated to award to any interested vendors that present information in response to this RFI. Background Information: Current contract: W15P7T-12-D-C913 and W15P7T-14-D-0043 Incumbent: Envision Innovative Solutions. The Government anticipates a 3-year IDIQ with CPFF and FFP task orders issued against it. **Draft Performance Work Statement (PWS) and System Description attached** 1. Please provide the following Point of Contact information: Company: Address: Point of Contact: Phone Number: Fax Numbers: Email Address: 2. Please identify your company's small business size standard based on the applicable NAICS code of 541512 Computer Systems Design and Related Services. The Small Business Size Standard for this NAICS code is $27.5 Million. For more information refer to http://www.sba.gov/content/table-small-business-size-standards. 3. If you identify your company as a small business company, is your company interested in a prime contract for the Avionics Systems Support Services? Please identify all socio-economic categories applicable to your company.. 4. Government facilities will be provided for this effort at the CECOM Software Engineering Center (SEC) facility at Building 6006, Aberdeen Proving Ground (APG), MD. The contractor in support of this requirement shall utilize these facilities as the primary locations for management, system & software engineering and software maintenance work. Is your company located near APG, MD, or can staff be readily available to provide support at APG, MD within 60 days of contract award? 5. Under the current SB recertification regulations, do you anticipate your company remaining a small business, under NAICS Code 541 -- Custom Computer Programming Services/541512? a. What percentage of this requirement do you plan to perform in house (not sub-contract out)? Also indicate (with supporting rationale) if/how your company would be compliant given the restrictions per FAR 52.219-14, Limitation on Subcontracting. b. Can you go without a payment for 90 days? 6. Is your company currently providing similar services to another government agency (you may also include contract #s for government) or other non-government customer? If so, please identify the agency or non-government customer. If you are unwilling to share your customer's identity, please address whether your company offers the same or similar services commercially. 7. Please describe your experience, knowledge and/or technical ability to accomplish the following requirements: • Contract Management • Program Management/Administrative Support • Software Configuration Management • Software Engineering Support • Software Transition • IAVA • Systems Engineering Support • MIL-STD-1553 Data Bus Engineering Support • Software Engineering Environment (SEE) Support 8. Interested companies may also provide a "White Paper" (no more than 5 pages in length) describing how its services and technical expertise could produce and deliver such capabilities as described in the attached draft Performance Work Statement (PWS). Also, companies are encouraged to provide any innovative approaches and performance standards for measuring acceptable performance for these requirements. White papers and all other information received under this RFI will be reviewed by Government personnel only. 9. Does your company possess a SECRET Facility Clearance with NO safeguarding requirements? 10. The contract types for this requirement are anticipated to be CPFF and FFP. Does your company have a DCAA adequate accounting system? If not, highly recommend you to review the checklist and tools under www.dcaa.mil, and download the pre-award accounting system adequacy checklist. 11. Please provide positive or negative feedback regarding the Description of Requirements below, such as recommended changes, noted exceptions, ambiguities, etc. ***All information should be provided via electronic mail to Laura Pannucci, SEC Contracts Analyst: laura.m.pannucci.civ@mail.mil, and Dzung Tang, SEC/ IEW&S/S&ME Division Technical Contractor Representative Officer (TCOR): dzung.t.tang.civ@mail.mil, no later than close of business, Weds 23 December 2015. Any information submitted by respondents to this sources sought notice is totally voluntary and at no cost to the Government. This information will help the Government form its acquisition strategy. No solicitation exists; therefore, do not request a copy of a solicitation. Please be advised that all correspondence sent shall contain a subject line that reads [quote mark] Request for Information Response [quote mark]. If sending attachments with email, ensure only.pdf documents are sent.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/d9ffa7f8cd6aa6ceab8aa74d2af8270a)
- Place of Performance
- Address: 6006 Combat Drive, Aberdeen Proving Grounds, Maryland, 21005, United States
- Zip Code: 21005
- Zip Code: 21005
- Record
- SN03966974-W 20151212/151210234953-d9ffa7f8cd6aa6ceab8aa74d2af8270a (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 |