SPECIAL NOTICE
99 -- Request for Information - Project Manager, Positioning, Navigation & Timing (PNT)-Total Package Fielding (TPF) � Product Support
- Notice Date
- 1/22/2020 9:13:49 AM
- Notice Type
- Special Notice
- NAICS
- 334511
— Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
- Contracting Office
- W6QK ACC-APG ABERDEEN PROVING GROU MD 21005-1846 USA
- ZIP Code
- 21005-1846
- Solicitation Number
- PNTTotalPackageFieldingProductSupportRFI
- Response Due
- 1/31/2020 1:00:00 PM
- Archive Date
- 02/15/2020
- Point of Contact
- Dolrica Wright, Aaron Kazi
- E-Mail Address
-
dolrica.j.wright.civ@mail.mil, aaron.h.kazi.civ@mail.mil
(dolrica.j.wright.civ@mail.mil, aaron.h.kazi.civ@mail.mil)
- Description
- Request for Information (RFI):� Market Research for Project Manager (PM) Positioning, Navigation & Timing (PNT) Total Package Fielding (TPF) � Product Support. The response date for this market research is 1600 EST on 31 January 2020. GENERAL INFORMATION Original Response Date: 9 calendar days after posting Current Response Date: 31 January 2020 Classification Code: 334511 Set Aside: N/A � Include RFI ID number PNT_ Total Package Fielding _ Product Support_ RFI in the subject line. INTRODUCTION: The Army Contracting Command - Aberdeen Proving Ground � Aberdeen (ACC-APG Aberdeen), on behalf of the United States Army is issuing a Request for Information (RFI), in accordance with Federal Acquisition Regulation (FAR) 15.201(e). The purpose of this RFI is to solicit industry feedback on options to perform product logistics support, operations support, and engineering support for systems providing Warfighter-valued assured positioning, navigation, and timing solutions that enable Multi-Domain Operations in rapidly evolving threat environments for all worldwide contingency operations. This is not a request for proposal, request for quotation, or an invitation for bid, nor does its issuance obligate or restrict the Government to any particular acquisition approach. This RFI does not obligate the Government to issue a solicitation. This RFI is being conducted solely for information and planning purposes and does not constitute a solicitation. Neither unsolicited proposal(s) nor any other offers will be considered in response to this request or accepted by the Government to form a binding contract. Contractors are solely responsible for all expenses associated with responding to this RFI. Acknowledgement of receipt of submitted items will not be made nor will respondents be notified of the outcome of the information received. � ANTICIPATED PERIOD OF PERFORMANCE: 60 Months to 120 Months. � PROGRAM OBJECTIVE: ACC-APG Aberdeen is conducting Market Research on behalf of the Project Manager Positioning, Navigation & Timing (PM PNT) in accordance with FAR Part 10 to survey the marketplace for vendors capable of providing Total Package Fielding (TPF) to support the portfolio of systems managed by the PM PNT Product Offices to include but not limited to: Product Manager Mounted Assured PNT Systems (PdM MAPS), Product Manager Dismounted Assured PNT Systems (PdM DAPS), and Product Director Resiliency Software Assurance Measures (PdD RSAM) software solution release. The level of effort associated with this RFI will be to support between 20,000 and 70,000 systems in the Contiguous United States (CONUS) and Outside the Contiguous United States (OCONUS), requiring between 3,200 to 8,000 square feet of warehouse space.� Man-Years or Direct Labor Hours will vary depending upon number and location of systems being fielded.� � This effort will include logistics, operations, and engineering support for all PM PNT Project and Product Office systems. Program management support includes activities such as the management, reporting, oversight, and delegation of all activities/tasks performed by contractor and subcontractor personnel. Logistics support includes store, stage, assemble, disassemble, pack, ship, receive, transport, and install government property, parts/spares management, warehouse management, inventory management, Total Asset Visibility (TAV) management, property accountability and transfer to Units through G-Army, Total Package Fielding (TPF), New Equipment Training (NET), technical writing, development and/or editing of technical/maintenance manuals, systems data collection, and Field Service Representative (FSR) support.� Note: TAV is a commercially procured, government owned asset management tool designed to track the following: system and assigned stockage level (ASL) locations and quantities worldwide, Return Merchandise Authorization (RMA), system status, archived system data, and configuration management. Serve as liaison for the PM to coordinate fielding schedules and locations. Operations support includes activities such as the monitoring, tracking, and reporting of the Product Offices� operational information and data, including incident reports, site configuration and status, field directives; recommend operational solutions and improvements; ensure operational issues are tracked and resolved quickly; creation and operation of help desks; provide surge capability support; and providing expertise in forward project support actions, which includes efforts such as, participating in meetings, conducting discussions, presenting briefings, and coordinating and reporting for ongoing project activities. Engineering support includes activities such as support to the Government in overall capabilities in the form of highly technical operation, integration, modification, analysis, reporting of analytical findings, testing, evaluating, anomaly resolution, system specification/interfaces, risk management, trade studies, and documenting for record any information to support worldwide operations. � RESPONSE DUE DATE: The response date for this market research is 1600 EST on 31 January 2020. No calls will be accepted, only email inquiries will be entertained, and only email will be considered. DISCLAIMER: THIS SOURCES SOUGHT ANNOUNCEMENT 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. � CONFIDENTIALITY: No classified, confidential, or sensitive information, or proprietary information shall be included in your response. Interested parties are responsible for appropriately marking proprietary or competition sensitive information contained in their response. � QUESTIONS TO THIS ANNOUNCEMENT: All questions pertaining to this announcement are due within five (5)�calendar days after release. Telephone requests will not be accepted. Technical questions should be submitted via e-mail to Mattox Turman at mattox.e.turman.civ@mail.mil and all other questions regarding this RFI should be submitted via e-mail to Dolrica Wright at dolrica.j.wright.civ@mail.mil and Aaron Kazi at aaron.h.kazi.civ@mail.mil no later than 1600 EST on 27 January 2020. If answered, questions will be non-attribution published through the Federal Business Opportunities Website at www.fedbizopps.gov. If the Government has additional questions or a need for information following the evaluation of your response, you may be contacted and asked to provide that information. If an industry outreach event is anticipated in the future, details will be published through the Federal Business Opportunities website at www.fedbizopps.gov. RESPONSE SUBMITTAL INSTRUCTIONS: Participation in response to this RFI will not preclude any vendor from responding to future acquisitions, either individually or as part of a team. For this RFI, the Government seeks information regarding your commercial capabilities and experience related to the delivery of capabilities as described in the Program Objective section of this RFI. Sources able to address the above request are invited to submit information describing their approach. Please limit White Paper submissions to a maximum of six (6) pages (including a cover sheet) and provide the following information: 1. Please provide the following Point of Contact information: - Contact and company information - Name - Title - Company name - Date of incorporation - Number of years in business - Number of employees - Location - Mailing address - Phone number - Website address - Email address - Note that RFI respondents shall designate a single point of contact for receipt of all information pursuant to this RFI 2. Please identify your company's business size standard based on the primary North American Industrial Classification System (NAICS) code of 334511. For more information, refer to http://www.sba.gov/content/tablesmall-business-size-standards: - Large Business Concern - Small Business (SB) Concern - 8(a) - Small Disadvantaged Business (SDB) - Woman-Owned Small Business - Historically Underutilized Business Zone (HUB Zone) - Veteran-Owned Small Business - Service-Disabled Veteran-Owned Small Business 3.� Brief overview of company history, limited to three (3) paragraphs. 4.� A technical approach narrative describing the methods in which the contractor will meet or exceed the program objectives and requests described above. 5. �If you identify your company as a Small Business as identified above, then is your company interested in a prime contract? If so, continue to questions #6-10, all others skip to Question #11. 6.� Under the current SB recertification regulations, do you anticipate your company remaining a small business, under primary stated NAICS code 334511? 7.� If you are a small business and plan to be prime contractor on this effort please inform how you will meet the limitations on subcontracting Clause 52.219-14. Also, does your company possess the capabilities to provide the entire range of these requirements? If not, please list which requirements your company can provide. Please provide details of which aspects your company is capable of providing, e.g., warehouse support, inventory management, transportation. 8.� If you are a small business, can you go without a payment for 90 days? 9.� If you are a small business does your company have experience as a prime contractor administering Contracts? If you answered yes, please provide as much of the following information as possible; Contract number(s); Dollar value; and similarity of scope and effort. 10. If you identify your company as a Small Business or any of the SB subcategories above, then is your company interested in a prime contract? If so, does your company possess the capabilities to provide the entire range of these requirements? If not, please list which requirements your company can provide? 11. Please provide details regarding proposed joint ventures, teaming arrangements, strategic alliances, or other business arrangements to satisfy these requirements. Offerors are encouraged to identify teams, indicating each team member's size based upon the NAICS code of the work that the team member may be doing. 12. Has your Company performed this type of effort or similar type effort (to include size and complexity) in the past, if so provide Contract Number, Point of Contact (POC), e-mail address, phone number, and a brief description of your direct support of the effort? 13. Please identify your company's past and current customers to which you provided these type of capabilities or similar capabilities, including a customer/company name and point of contact, phone number and address/e-mail where they can be contacted. (Please provide the above information for up to 5 efforts) 14. Please identify your company�s experience is worldwide contingency operations support, specifically those locations mentioned in paragraph 1 of this document. 15. What experience does your company have with surge support requirements in OCONUS locations? Please specify your experience with deploying 10 or more personnel in no more than 90 days. 16. Please provide any other evidence that you are capable of meeting the identified objectives in lieu of experience mentioned in previous paragraphs. 17. Please provide company name along with names, job titles, and security clearances of no more than three participants who will be attending Industry Day. Respondents shall not be obligated to provide the services described herein and it is understood by the United States Government that the cost estimates provided as a result of this request are �best� estimates only. The Government requests that interested sources submit an electronic response of not more than six (6) pages, 8.5"" x 11"" paper, 12-point, Times New Roman font, with a minimum of one (1) inch margins all around. Responses to Small Business Questions 6 thru 10 are in addition to the above stated six (6) page limitation. Responses should include the company name, Commercial and Government Entity Code (CAGE) code, point of contact, and address. Supporting documentation (such as marketing brochures, fliers, published presentations or papers and other materials that summarize the technology and more about your company) is acceptable (up to two (2) pages worth), and may be referenced by reviewers only in support of claims identified in the White Paper, and only where specifically referenced in the White Paper. The Government makes no guarantee that the supporting documentation will be reviewed and/or considered. Any company proprietary information, performance capabilities and/or future modification plans should be clearly identified and MUST be marked accordingly and will be protected by the Government. Responses to the RFI will not be returned. Responses to the RFI may be used to develop Government documentation. All information marked as proprietary information will be safeguarded to prevent disclosures to non-Government personnel and entities. Your interest in this response is appreciated. All interested companies or organizations are encouraged to respond to the RFI. All responses to this RFI should be submitted via e-mail to Aaron Kazi, Contracting Officer, at aaron.h.kazi.civ@mail.mil, and to Dolrica Wright, Contract Specialist, at dolrica.j.wright.civ@mail.mil Files should be sent in a Microsoft Word compatible file or a PDF file. Files greater than 20MB cannot be transmitted through the network firewall. Disclaimer: THE GOVERNMENT DOES NOT INTEND TO AWARD A CONTRACT ON THE BASIS OF THIS RFI OR REIMBURSE ANY COSTS ASSOCIATED WITH THE PREPARATION OF RESPONSES. This announcement is issued solely for information and planning purposes and does not constitute a solicitation. 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. Responses will not be returned nor will the Government confirm receipt. Whatever information is provided will be used to assess tradeoffs and alternatives available for determining how to proceed in the acquisition process. In accordance with FAR 15.201(e), responses are not offers and cannot be accepted by the Government to form a binding contract. All Government and Contractor personnel reviewing responses will have signed non-disclosure agreements and understand their responsibility for proper use and protection from unauthorized disclosure of proprietary information as described in 41 USC �2101-2107. The Government shall not be liable for or suffer any consequential damages for any proprietary information not properly identified. Proprietary information will be safeguarded in accordance with the applicable Government regulations. CONTRACTING OFFICE ADDRESS: U.S. Army Contracting Command (ACC) � Aberdeen Proving Grounds (APG) Aberdeen Division C 6565 Surveillance Loop, Bldg 6001 Aberdeen Proving Ground, Maryland 21005-1846 Note: The email address for the Contracting Officer, Aaron Kazi, is aaron.h.kazi.civ@mail.mil, and the email address for the Contract Specialist, Dolrica Wright, is dolrica.j.wright.civ@mail.mil
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/8b6d88cac7f94240a4ba4203c4db20ca/view)
- Place of Performance
- Address: Aberdeen Proving Ground, MD 21005, USA
- Zip Code: 21005
- Country: USA
- Zip Code: 21005
- Record
- SN05540191-F 20200124/200122230148 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |