SOURCES SOUGHT
R -- Professional and Technical Support Services for the Special Operations Mission Planning & Execution (SOMPE) Program
- Notice Date
- 2/9/2018
- Notice Type
- Sources Sought
- NAICS
- 541990
— All Other Professional, Scientific, and Technical Services
- Contracting Office
- Department of the Army, Army Contracting Command, ACC - RSA (W91215) FT EUSTIS - (SPS), LEE BLVD BLDG 401, Fort Eustis, Virginia, 23604-5577, United States
- ZIP Code
- 23604-5577
- Solicitation Number
- W911W6-18-R-0003
- Archive Date
- 3/24/2018
- Point of Contact
- MIchael Boykin, Phone: 757-878-6431, Robert Waible, Phone: 757-878-2062
- E-Mail Address
-
robert.m.boykin.civ@mail.mil, robert.c.waible.civ@mail.mil
(robert.m.boykin.civ@mail.mil, robert.c.waible.civ@mail.mil)
- Small Business Set-Aside
- N/A
- Description
- Request for Information (RFI) W911W6-18-R-0003 Professional and Technical Support Services for the Special Operations Mission Planning & Execution (SOMPE) Program 1. General Information Special Operations Mission Planning & Execution (SOMPE) is a United States Special Operations Command (USSOCOM) centrally funded program, that develops, integrates, fields, trains and sustains a suite of common, user-defined, digital mission planning and execution software tools, used on the USSOCOM Tactical Local Area Network (TACLAN) and other Department of Defense (DOD) military hardware and End User Devices (EUDs). The program automates TIME-SENSITIVE planning activities and provides enhanced situational awareness during MISSION EXECUTION for Air Force Special Operations Command (AFSOC), United States Marine Corps Forces Special Operations Command (MARSOC), Naval Special Operation Forces (NAVSOF), United States Army Special Operations Command (USASOC), Theater Special Operations Commands (TSOCs) and other users within USSOCOM. The SOMPE Program Office is conducting market research in support of the possible acquisition of professional and technical support services to support the development, modification, fielding, training, maintenance and sustainment of mission planning and execution capabilities throughout the USSOCOM enterprise. The professional and technical support services consist of the following: • Program Operations Support consisting of six (6) support contractors at three (3) CONUS Government locations • Testing Support, to include formal qualification testing (FQT) (quantity of two (2) support contractors) and developmental testing and evaluation (DT&E) (quantity of nine (9) support contractors) at a combination of two (2) CONUS Contractor and two (2) CONUS Government locations • Program Integration Support consisting of four (4) support contractors at four (4) CONUS Government locations • On-sight System Maintenance and Training support consisting of 102 support contractors at 22 CONUS Government locations and 11 support contractors at eight (8) OCONUS Government locations. OCONUS locations will be permanently manned • On-sight Tactical Assault Kit (TAK) Rapid Prototyping and Software Capability Development, Enhancement and Maintenance Support consisting of six (6) support contractors at three (3) CONUS Government locations and one (1) CONUS contractor location • Tactical Local Area Network (TACLAN) Distributed Computing Systems Administrator Support consisting of 18 support contractors at 12 CONUS Government locations and four (4) OCONUS Government locations. OCONUS locations will be permanently manned This RFI is part of the Program Office's market research under Federal Acquisition Regulation (FAR), Part 10 and serves two purposes: 1) to inform potential offerors of the Government's current anticipated acquisition strategy, and 2) to identify other potential strategies the Government may have overlooked in its market research to date. This RFI does not constitute a Request for Proposal (RFP) or a promise to issue a RFP in the future. The Government's current anticipated acquisition strategy is to utilize the General Services Administration (GSA) One Acquisition Solution for Integrated Services (OASIS) under NAICS Codes: 541990 (All Other Professional, Scientific & Technical Services) and 541330 Exception A (Engineering for Military & Aerospace Equipment and Military Weapons) as a Service-Disabled Veteran-Owned Small Business (SDVOSB) set aside. The period of performance is anticipated to be five (5) years (base year plus four option years) This announcement is for informational and planning purposes only and should not be construed as a commitment by the Government to procure such services. The Government does not intend to award a contract on the basis of this RFI or to pay for any information, or otherwise reimburse responders for any costs associated with their respective submissions in response to this RFI. All submissions will be treated as information only. Respondents will not be notified of the results of any review of this RFI; however, clarification of submissions may be requested by the Contracting Officer. Not responding to this RFI does not preclude participation in any future RFP, if any is issued. In accordance with FAR 15.201(e), responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. Responders are solely responsible for all expenses associated with responding to this inquiry. 2. Proprietary Materials Protection This notice is part of Government Market Research, a continuous process for obtaining the latest information from industry with respect to their current and near-term abilities to support an acquisition of this magnitude. The information collected may be used by the Government to explore acquisition options and strategies. All information received in response to this RFI that is properly marked as "proprietary" will be handled accordingly. The Government shall not be liable for any consequential damages resulting from any proprietary information submitted and not properly identified as proprietary. RFI responses which contain information that is marked as proprietary will be protected as proprietary information. Such information will be reviewed by a team comprised of Government personnel. All members of the team will be reminded of their obligation to protect such information to the maximum extent permitted or required by the Economic Espionage Act, 18 U.S.C. 1831 et seq., and other applicable statutes or regulations. In addition, Government members will be reminded of their obligations to afford protection under the Trade Secrets Act, 18 U.S.C. 1905. 3. RFI Response Responses to this RFI are requested by 3:00 p.m. EST, 9 March 2018, in contractor format not to exceed 15 pages in length including all appendices. Responses are requested to address the following: 1. Respondents shall provide a description of their existing or projected professional and technical support capabilities that have potential to meet the sought requirement. 2. For existing support capabilities that have potential to meet the sought requirement, a description of any current support service with USSOCOM, DoD or the Federal Government. 3. Corporate capabilities (i.e., available facilities and assets to include existing personnel, etc.) and company profile (i.e., company type, U.S. or non-U.S. ownership, CAGE code, DUNS number, size and status as listed in the System for Award Management (SAM)). 4. Any current and/or past relevant performance information. 5. Any current Federal contract vehicles (GSA multiple award schedules, Other GSA vehicles, NIH contracts, etc.) appropriate to this requirement 6. Name, telephone number, fax number, street address and e-mail address for Program, Technical and Cost points of contact information. Teaming Arrangements: All teaming arrangements shall include the above-cited information and certifications for each entity on the proposed team. Teaming arrangements are encouraged. Responses should be submitted electronically via the U.S. Army Aviation and Missile Research Development and Engineering Center (AMRDEC) Safe Access and File Exchange web application (https://safe.amrdec.army.mil/safe/) in Microsoft® Office format or as a portable document format (".pdf") file. Use the following distribution email address as prompted by the site: robert.m.boykin.civ@mail.mil. Only responses from U.S. firms will be accepted in response to this RFI. Responses to questions from interested parties will be promptly answered and posted on the FedBizOpps website, unless some release of proprietary information is involved or the answer addresses a question peculiar to a Company or that Company's response. Post submittal, one-on-one information sessions with respondents are not contemplated; however, they may be offered to responders to clarify the Government's understanding of their submittal, the capability ramifications, or to discuss their business approach. Verbal questions will NOT be accepted. Respondents are advised to submit questions via email to the above Government POC email. All questions will be answered via posting answers to the FedBizOpps website; except as provided above. The Government reserves the right to not address questions received after 3:00 p.m. EST, 5 March 2018, Disclaimer and Notice: This is NOT a solicitation for proposals, applications, proposal abstracts, or quotations. Per FAR clause 52.215-3, (a) the Government does not intend to award a contract on the basis of this RFI or to otherwise pay for the information solicited. (b) Responses will be treated as information only. It shall not be used as a proposal. (c) This RFI is issued for the purpose of obtaining knowledge and information for acquisition planning purposes only.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/6f1f6ff4737e8903dc839874342dd7ed)
- Record
- SN04818227-W 20180211/180209230920-6f1f6ff4737e8903dc839874342dd7ed (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 |