SOURCES SOUGHT
D -- vlPer Provisioning Tool and Station with Support Services
- Notice Date
- 12/1/2016
- Notice Type
- Sources Sought
- NAICS
- 541519
— Other Computer Related Services
- Contracting Office
- Defense Information Systems Agency, Procurement Directorate, DITCO-Scott, 2300 East Dr., Building 3600, Scott AFB, Illinois, 62225-5406, United States
- ZIP Code
- 62225-5406
- Solicitation Number
- 831709503
- Archive Date
- 12/31/2016
- Point of Contact
- Shannon K. Fuehne, Phone: 6182299147
- E-Mail Address
-
shannon.k.fuehne.civ@mail.mil
(shannon.k.fuehne.civ@mail.mil)
- Small Business Set-Aside
- N/A
- Description
- SOURCES SOUGHT ANNOUNCEMENT The Defense Information Systems Agency (DISA) is seeking sources for vlPer Provisioning Tool and Station Support Services in support of U.S. Army Program Executive Office for Command, Control, Communications - Tactical (PEO C3T) Project Leader Network Enablers (PL Net E). CONTRACTING OFFICE ADDRESS: DISA/Defense Information Contracting Technology Organization (DITCO) 2300 East Drive, Building 3600 Scott AFB, IL 62225-5406 INTRODUCTION: This is a SOURCES SOUGHT TECHNICAL DESCRIPTION to determine the availability and technical capability of small businesses (including the following subsets, Small Disadvantaged Businesses, HUBZone Firms; Certified 8(a), Service-Disabled Veteran-Owned Small Businesses and Woman Owned Small Business) to provide the required services. The Army PEO C3T PL Net E is seeking information for potential sources to give the Government the ability to diagnose, repair, and provide software updates for the vIPer phone as well as replace necessary parts as the need arises (e.g. batteries, terminals). Based upon the cost of shipping, parts, and labor required to repair and update out of warranty phones by General Dynamics (GD) the Government has determined conducting Government Organic maintenance services utilizing Tobyhanna Army Depot, PA would be more economical. The Government is not looking to develop new software or develop a new secure phone system, but seeks vIPer support services and the rights to purchase GD's proprietary "Provisioning Tool" License that will allow the Government to diagnose existing GD Sectera vIPer phones. DISCLAIMER: THIS SOURCES SOUGHT IS FOR INFORMATIONAL PURPOSES ONLY. THIS IS NOT A REQUEST FOR PROPOSAL. IT DOES NOT CONSTITUTE A SOLICITATION AND SHALL NOT BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT. RESPONSES IN ANY FORM ARE NOT OFFERS AND THE GOVERNMENT IS UNDER NO OBLIGATION TO AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCEMENT. NO FUNDS ARE AVAILABLE TO PAY FOR PREPARATION OF RESPONSES TO THIS ANNOUNCEMENT. ANY INFORMATION SUBMITTED BY RESPONDENTS TO THIS TECHNICAL DESCRIPTION IS STRICTLY VOLUNTARY. REQUIRED CAPABILITIES: This requirement is specifically designed to give the Government the ability to diagnose, repair, and provide software updates for the vIPer phone as well as replace necessary parts as the need arises (e.g. batteries, terminals). Requirements for GD's Proprietary Provisioning Tool license and for ancillary support services, and incidental hardware purchases are as follows: •Purchase of the GD Provisioning Tool License •Procurement of two work stations which include one (1) Provisioning Station and one (1) Test Station •Non-Reoccurring engineering for the Set-up of the two work stations •Annual and or Bi-Annual maintenance support services of the licenses •System software upgrades of the Provisioning Tool •Help desk support as required (Ad Hoc) •Synchronization/update maintenance of Army/GD classified databases •Provide operational manuals •Training of provisioning tools and work stations SPECIAL REQUIREMENTS: Must be authorized by GD to work on proprietry vIPer phones. SOURCES SOUGHT: The anticipated North American Industry Classification System Code (NAICS) for this requirement is 541519, with the corresponding size standard of $27,500,000.00. This Sources Sought Synopsis is requesting responses to the following criteria ONLY from small businesses that can provide the required services under the NAICS Code. To assist DISA in making a determination regarding the level of participation by small business in any subsequent procurement that may result from this Sources Sought, you are also encouraged to provide information regarding your plans to use joint venturing (JV) or partnering to meet each of the requirements areas contained herein. This includes responses from qualified and capable Small Businesses, Small Disadvantaged Businesses, Service Disabled-Veteran Owned Small Businesses, Women-owned Small Businesses, HUBZone Small Businesses, and 8(a) companies. You should provide information on how you would envision your company's areas of expertise and those of any proposed JV/partner would be combined to meet the specific requirements contained in this announcement. In order to make a determination for a small business set-aside, two or more qualified and capable small businesses must submit responses that demonstrate their qualifications. Responses must demonstrate the company's ability to perform in accordance with the Limitations on Subcontracting clause (FAR 52.219-14). SUBMISSION DETAILS: Responses should include: 1)Business name and address; 2)Name of company representative and their business title; 3)Type of Small Business; 4)Cage Code; 5)Contract vehicles that would be available to the Government for the procurement of the product and service, to include ENCORE II, General Service Administration (GSA), GSA MOBIS, NIH, NASA SEWP, Federal Supply Schedules (FSS), or any other Government Agency contract vehicle. (This information is for market research only and does not preclude your company from responding to this notice.) Vendors who wish to respond to this should send responses via email NLT 2:00 PM (Central Standard Time) December 16, 2016 to shannon.k.fuehne.civ@mail.mil. Interested businesses should submit a brief capabilities statement package (no more than five pages) demonstrating ability to perform the services listed in this Technical Description. Proprietary information and trade secrets, if any, must be clearly marked on all materials. All information received that is marked Proprietary will be handled accordingly. Please be advised that all submissions become Government property and will not be returned. All government and contractor personal reviewing RFI responses will have signed non-disclosure agreements and understand their responsibility for proper use and protection from unauthorized disclosure of proprietary information as described 41 USC 423. The Government shall not be held liable for any damages incurred if proprietary information is not properly identified.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DISA/D4AD/DITCO/831709503/listing.html)
- Record
- SN04340321-W 20161203/161201234230-01ecd07f44a59a6beede45ac59a1221c (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 |