Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 05, 2017 FBO #5553
MODIFICATION

D -- Technical Engineering Support Services (TEDSS) Six Months Extension - RFI

Notice Date
2/3/2017
 
Notice Type
Modification/Amendment
 
NAICS
541519 — Other Computer Related Services
 
Contracting Office
Department of Homeland Security, United States Coast Guard (USCG), C4IT (C3CEN), Coast Guard Blvd, Portsmouth, Virginia, 23703, United States
 
ZIP Code
23703
 
Solicitation Number
HSCG44-12-D-TEDSS
 
Archive Date
2/25/2017
 
Point of Contact
Gwendolyn B. Scott, Phone: 7576864273, Cheryl Ellis, Phone: 757-686-4201
 
E-Mail Address
Gwendolyn.B.Scott@uscg.mil, cheryl.r.ellis@uscg.mil
(Gwendolyn.B.Scott@uscg.mil, cheryl.r.ellis@uscg.mil)
 
Small Business Set-Aside
Competitive 8(a)
 
Description
Attachment is TEDSS RFI for Six Month Extension This Sources Sought notice is for informational and planning purposes only. It does not constitute a Solicitation and is not to be considered as a commitment by the Government. All firms responding to this sources sought notice are advised that their response to this notice is not a request that will be considered for contract award. The information from this market research is for planning purposes only and will assist the Government in planning its acquisition strategy. This is strictly market research. The Contracting Officer will entertain questions concerning this market research as submitted by the date and time identified below. The NAICS Code for this requirement is 541519, Other Computer Related Services with an associated $27.5 Million small business size standard. THE GOVERNMENT INTENDS TO EXTEND SERVICES FOR SIX MONTHS FOR THE TECHNICAL ENGINEERING AND DEVELOPMENT AND SUPPORT SERVICES (TEDSS) INDEFINITE DELIVERY INDEFINITE QUANTITY (IDIQ) CONTRACT HOLDERS: GOLDBELT FALCON, LLC; FIVE RIVERS SERVICES, LLC, CHUGACH FEDERAL SOLUTIONS AND ENGINEERING SYSTEMS CONSULTANTS, INC. THE GOVERNMENT IS IN THE PROCESS OF AWARDING A FOLLOW-ON CONTRACT FOR C4IT ENGINEERING DEVELOPMENT AND INTEGRATION SUPPORT SERVICES (CEDISS) WHICH CANNOT BE AWARDED PRIOR TO THE END OF THE TEDSS IDIQ CONTRACT PERIOD Of PERFORMANCE. On February 28, 2012, the U.S. Coast Guard (USCG) awarded an Indefinite Delivery Indefinite Quantity (IDIQ) contract for Technical Engineering and Development and Support Services (TEDSS) for the USCG's Command, Control and Communications Engineering Center (C3CEN) to four contractors: Goldbelt Falcon, LLC, Five Rivers Services, LLC, Chugach Federal Solutions, Inc and Engineering Systems Consultants, Inc. The competitive award was set aside for local 8(a) Certified Small Business Sources with a performance period of one (1) base year and four (4) optional one (1) year option periods for a total period of sixty (60) month. The total acquisition ceiling is $250M. To date the total cumulative value of all IDIQ contract orders including cumulative labor, travel and ODC's is approximately $128M. The Government has determined that a follow-on multiple award IDIQ contract for the USCG C4IT Engineering Development and Integration Support Services (CEDISS) cannot be awarded prior to the end of the TEDSS IDIQ period of performance and is therefore seeking to extend the period of performance by an additional six months in accordance with FAR 52.217-8, Option to Extend Services (Nov 1999). TEDSS IDIQ contract holders, Goldbelt Falcon, LLC, Five Rivers Services LLC, Chugach Federal Solutions, Inc and Engineering Systems Consultants, Inc, appear to be the only known companies capable of performing the USCG requirement to provide technical engineering development services for Command Control Communications Computers Information Technology (C4IT) systems supported by C3CEN for the limited six month time period of performance. The intent of this notice is to determine the availability of qualified local 8(a) small business commercial sources technically capable of providing the below: The Contractor shall provide qualified personnel with the required knowledge and experience, materials, equipment, test instrumentation, data collection and analysis, hardware and software and other services that will support C3CEN's technical, engineering and administrative support requirements in the execution of system design, development and implementation, system requirements analysis and development, integrated logistic support, system lifecycle maintenance, information security certification and accreditation, field engineering support, training support and system performance data analysis for the following seven (7) Core Technology and Product Lines. • Communications Area Master Stations (CAMS): Provides reliable and efficient communications to USCG units and the maritime public. Some services are also key elements of the Global Maritime Distress and Safety System (GMDSS). Examples include, but are not limited to: • Communication Facilities • Mobile Contingency Communications • Command Centers: Command, Control, and Communications (C3) nodes at the Area, District and Sector levels that provide interoperability with the Integrated Deepwater System (IDS), Rescue 21, and other systems being developed based on new Command, Control, Communication, Computers, Intelligence, Surveillance, and Reconnaissance (C4ISR) requirements. The integrated CC equipment is designed to enhance the Coast Guard's Area, District and Sector Commander's Maritime Domain Awareness (MDA); improving their ability to provide accurate and timely response to operational multi-mission requirements. Examples include, but are not limited to: • Search and Rescue (SAR) Systems • Command Center Display Systems • Common Operational Picture (COP) Systems • COP Web Services System (CWSS) • Port & Coastal Surveillance Systems • Vessel Traffic Systems (VTS) • WATCHKEEPER. • Differential Global Positioning Systems (DGPS): This system consists of two control centers and over eighty-five (85) remote broadcast sites. The service broadcasts correction signals on marine radio beacon frequencies to improve the accuracy of and integrity to GPS-derived positions. The System provides service for coverage of the continental US, the Great Lakes, Puerto Rico, portions of Alaska and Hawaii, and a greater part of the Mississippi River Basin. Examples include, but are not limited to: • Differential Global Positioning System (DGPS) • Nationwide Control Station (NCS) • GPS Automated Point Positioning System (GAPPS) • Remote Mission Systems: The system consists of shore based VHF communications, nationwide automatic identification of vessels in harbors and harbor approaches, and electronic aids to navigation in support of USCG missions. Examples include, but are not limited to: • Rescue 21 • National Distress System • Nationwide Automatic Identification Systems (NAIS) • Short Range Aids to Navigation (SRAN) Systems • Command and Control Systems: Shipboard Command and Control Systems (SCCS), SeaWatch, and other tactical systems for the US Coast Guard's C4IT, Surface and Aviation Product Lines. Examples include, but are not limited to: • Shipboard Command and Control Systems (SCCS) • SEAWATCH • Biometrics • Navy Type Navy Owned (NTNO) • Mission Support Pallet • Communication Systems: These systems consist of UHF, VHF, HF and MF radio systems (e.g., commercial satellite, military satellite and terrestrial radio communication systems) designed to meet established enterprise-wide requirements. In addition to providing entire systems, procures and installs ancillary radio system components (e.g. antennas, patch panels, modems) both afloat and ashore. Examples include, but are not limited to: • VHF Systems • UHF Systems • HF Systems • MF Systems • Ancillary • SATCOM Systems • Navigation Systems: These include Electronic Navigation systems and Navigation Sensors installed onboard all Coast Guard boats and cutters. Electronic Navigation systems comprise both commercial and government systems that serve as Electronic Charting Systems (ECS), Electronic Chart Display and Information Systems (ECDIS), and Integrated Navigation Systems (INS). ECS variants include Star Technologies' CAPN, ICAN's Aldebaran, and C3CEN's Vega-ECS. ECDIS variants include Transas Marine's Navisailor 3100, OSL's ECPINS, Sperry Marine's Visionmaster ECDIS, and C3CEN's Vega-ECDIS. INS variants include Kongsberg INS and C3CEN's COMDAC-INS and Vega-INS. Navigation Sensors comprise a variety of electronic nautical sensors, Differential Global Positioning Systems (DGPS) receivers, radars, depth sounders, Automatic Direction Finders (ADF), Automatic Identification System (AIS) transponders, and fixed or handheld electro-optical devices. Examples of all product types include, but are not limited to: • Maritime Radar • DGPS Receivers • Depth-Sounders • Direction Finders • AIS Transponders • Shipboard Night Vision/Electro Optical • Night Vision Goggles (Portable Image Intensifiers) • Hand Held Thermal Imagers • Weapons Mounted Optical Devices • Flight Deck Video Systems • Integrated Navigation Systems (INS) • Electronic Chart Display & Information System (ECDIS) • Electronic Charting System (ECS) • Data Distribution Systems All Contractor personnel must possess and maintain SECRET clearance.. In accordance with DoD Manual 5200.22M, Industrial Security Manual for Safeguarding Classified Information, the Contractor shall have and maintain a Facility Clearance issued by Defense Security DSS, as applicable. The Contractor shall provide and maintain an IT Security Plan which must be approved prior to award of contract. This plan shall describe the processes and procedures that will be followed to ensure appropriate security of IT resources that are developed, processed, or used under this contract. The Contractor's IT Security Plan shall comply with Federal laws that include, but are not limited to, the Computer Security Act of 1987 (40 U.S.C. 1441 et seq.); the Government Information Security Reform Act of 2000; and the Federal Information Security Management Act of 2002; and with Federal policies and procedures that include, but are not limited to, OMB Circular A-130. The security plan shall specifically include instructions regarding handling and protecting sensitive information at the Contractor's site (including any information stored, processed, or transmitted using the Contractor's computer systems), and the secure management, operation, maintenance, programming, and system administration of computer systems, networks, and telecommunications systems All systems solutions and services shall meet US USCG and DHS Enterprise Architecture policies, standards, and procedures. Contractor's Program Manager must have at a minimum of seven (7) years of continuous experience in the field of C4IT engineering/logistics support and/ or management. A current Professional Project Manager (PMP) Certificate is required. A secret clearance is required. Contractor must be able to provide all Certification and Accreditation documentation required to ensure that all system and system enhancement meet the Federal Information Security Management Act of 2002 (FISMA) A United States federal law (44 U.S.C. § 3541, et seq.) enacted in 2002 as Title III of the E-Government Act of 2002 (Pub.L. 107-347, 116 Stat. 2899). Personnel must have required certification to provide FISMA documentation for supported systems. Contractor's facility must be located within fifty (50) miles of the USCG's Command Control and Communications Engineering Center, Portsmouth, Virginia. Contractor must demonstrate certified 8(a) status through the Small Business Administration. Period of Performance shall consist of six (6) months. Potential Offerors having the skills, experience, professional qualifications, and capabilities necessary to perform the described requirement are invited to provide a capabilities statement via e-mail. The Capability statements shall not exceed five (5) pages and must also include the following: 1) Company name and Point of Contact information (address, telephone, e-mail, web-site, etc.); 2) DUNS number and CAGE code; 3) Small Business Size/Certification (to include 8(a), and 4) Familiarity and knowledge of the requirement. Responses are due no later than February 10, 2017, 9:00 AM, Eastern Standard Time (EST). All responses shall electronically submitted to the Contracting Officer, Gwendolyn.B.Scott@uscg.mil. All responses will be used to determine the appropriate acquisition strategy for a potential future acquisition. Response is strictly voluntary; no reimbursement will be made for any costs associated with providing information in response to this synopsis or any follow-up information requests. Contracting Office Address: UNITED STATES COAST GUARD Command, Control, and Communication Center (C3CEN) Service Center 4000 Coast Guard Blvd Portsmouth, VA 23703-2113 Gwendolyn Scott, Contracting Officer, via electronic means at: Gwendolyn.B.Scott@uscg.mil, telephone (757) 686-4273. Questions are to be submitted not later than February 6 2017 at 2:00PM (EST) Point of Contact(s): Gwendolyn B. Scott, Contracting Officer UNITED STATES COAST GUARD Command, Control, and Communication Center (C3CEN) Service Center 4000 Coast Guard Blvd Portsmouth, VA 23703-2113
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/d8e706db25d5065acd76f01af7c3b259)
 
Place of Performance
Address: USCG Command Control Communications Engineering Center, 4000 Coast Guard Blvd, Portsmouth, Virginia, 23703, United States
Zip Code: 23703
 
Record
SN04391028-W 20170205/170203234712-d8e706db25d5065acd76f01af7c3b259 (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.