Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF NOVEMBER 25, 2020 SAM #6936
SOURCES SOUGHT

99 -- Common Battle Command Simulation Equipment Re-Compete Sources Sought

Notice Date
11/23/2020 12:00:54 PM
 
Notice Type
Sources Sought
 
NAICS
541519 — Other Computer Related Services
 
Contracting Office
W6QK ACC-ORLANDO ORLANDO FL 32826-3224 USA
 
ZIP Code
32826-3224
 
Solicitation Number
CBCSE_SSN_(W900KK)
 
Response Due
1/15/2021 10:00:00 AM
 
Archive Date
03/01/2021
 
Point of Contact
Marvin J. Hagan, Phone: 4072083349, Dean Halvatzis, Phone: 4072083192
 
E-Mail Address
marvin.j.hagan.civ@mail.mil, dean.m.halvatzis.civ@mail.mil
(marvin.j.hagan.civ@mail.mil, dean.m.halvatzis.civ@mail.mil)
 
Description
� � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � �CBCSE Re-Compete Sources Sought Title: Common Battle Command Simulation Equipment Re-Compete Closing Date: 15 January 2021 Brief Summary:�The U.S. Army Program Executive Office for Simulation, Training and Instrumentation (PEO STRI) is conducting market research to determine interested sources regarding its requirement to provide services under the Common Battle Command Simulation Equipment (CBCSE) Re-Compete contract. CBCSE Program Description:�The CBCSE program will focus on procurement, deployment, and configuration management/property accountability of Commercial-off-the-shelf (COTS) products obtained via the use of Computer Hardware, Enterprise Software and Solutions (CHESS) in support of the PEO STRI Joint Land Component Constructive Training Capability (JLCCTC) program. Additional Information: The current CBCSE contract was awarded as a Single Award, Indefinite Delivery/Indefinite Quantity (ID/IQ), small business set-side in August 2017 with an ordering period not to exceed 60. In accordance with FAR Clause 52.216-22, Indefinite Quantity, the Government has the ability to require that deliveries be made under this contract up to 24 months beyond the ordering period.��� The contract type is Firm Fixed Price (FFP), Cost Reimbursement (CR), and Cost Plus Fixed Fee (CPFF). The North American Industry Classification System (NAICS) code selected for this acquisition is 541519, Other Computer Related Services with small business size standard of 150 employees.� Possible Future Acquisition Strategy:�The information provided will assist the Government in determining the acquisition strategy for the CBCSE Re-compete effort. The Government is anticipating a period of performance of 7+ years. Additionally, the Government is gauging interest to incorporate Battle Command Training Capability � Equipment Support (BCTC-ES) requirements within this competition. BCTC-ES Program Description:�The BCTC-ES program is a non-personal services contract to provide Program Management (PM), engineering support services, logistics, procurement of COTS Information Technology (IT) hardware and software, furniture, audiovisual and video teleconference equipment and installation services in support of the BCTC-ES mission to provide training enablers for Mission Training Complex (MTC) locations and new MTC Military Construction, Army (MCA) projects. The BCTC-ES program provides training enablers to 33 MTC locations supporting the Active Component (AC), Army National Guard (ARNG) and US Army Reserve (USAR) at Contiguous United States (CONUS) and Outside the Continental United States (OCONUS) installations. In addition to providing the initial fielding, PEO STRI has the requirement to provide life cycle replacement of COTS IT hardware and software required to meet the Cybersecurity and Risk Management Framework (RMF) policies for Department of Defense (DoD) IT systems to maintain cybersecurity and replacement of defective furniture, fixtures & equipment (FFE) during the performance of this contract. BCTC-ES enables training effectiveness by providing the MTC with an improved ability to link constructive simulations with MC training, connecting the training environment to the operational environments. Additionally, the Maintenance & Service (M&S) of all integrated Electronic Security Systems (ESS), and the supporting communications and power equipment for MTCs equipped with that capability (currently 14). Submission Details:�Interested parties should submit a capabilities statement of no more than 15 pages (no more than 8.5 X 11 inch pages, font no smaller than 12 point) to include the following: 1. Organization Name 2. The cover sheet shall include the following company information: name, address, URL, Point of Contact(s) (POCs) name(s) and email address(es), Commercial Government Entity (CAGE) code number, Data Universal Numbering System (DUNS) Number, business type and size, and a statement if your firm is or is not foreign owned, foreign controlled, or has foreign influence. Please confirm small business size standard in accordance with referenced NAICS, to include the identification of all socio-economic categories under which your business qualifies. 3. Provides similar experience and capabilities to JLCCTC, BCTC-ES, & CBCSE and mission requirements such as: Acquiring and fielding COTS Hardware and Software Acquiring and fielding Furnishings and other Physical Assets Audiovisual and Network Devices Conducting New Equipment Training or Delta Training Providing Helpdesk support Providing Information Assurance Vulnerability Alert (IAVA) Patch Management Managing Subcontractors, Industry Partners and Vendors Forecasting and Mitigating Obsolescence of COTS Hardware and Software (Life Cycle Management) Executing Supply Chain Management to include maintaining Vendor Base, Qualifying Alternate Sources of Supply and International Shipping Executing Configuration Management (CM) Processes, Applications, Integration and Distribution of Quarterly IAVA Patches and Government Furnished Software updates Providing Real-Time Management Information such as: Financial Status Data, Personnel Management Reporting, Managing Incident Reporting, Inventory Status of GFP, Classification, Tracking and Inventory of Contractor-Acquired Property (CAP), and Managing DD250 Processes of Equipment Equipment Setup, Installation, and Initialization Support Additionally, provide experience in the last 10 years with: Constructive Simulations, Stimulation of Army Mission Command (MC) devices, Software Intensive Systems, Interoperability, Risk Management Framework, Fielding to Mission Training Complexes, and Management of Complex System of Systems. Please identify name(s) of customers of systems you have fielded. Lastly, business shall briefly address the levels of competencies in the following areas: Property accountability from procurement through end of contract Import and export restrictions concerning hardware Configuration management of hardware systems through end of contract 4. Small businesses must comply with FAR 52.219-14 - Limitation of Subcontracting, regarding contract performance (at least 50 percent of the cost of contract performance incurred for personnel shall be expended for employees of the concern). Is your company capable of providing a team composition that can support the entire scope (CBCSE & BCTC-ES) of this contract effort with sufficient depth to perform the variety of tasks of varying complexity while performing at least 50 percent of the work as the prime? Please explain. How would your organization comply with the FAR 52.219-14, Limitations on subcontracting clause, to include teaming partners (if known)? To assist in our market research and determination of any applicable small business set-aside for this effort, if you are a small business interested in priming this effort and plan to utilize a �Similarly Situated Entity� to meet the Limitation on Subcontracting, please identify the name & CAGE Code of the specific firm(s) you intend to partner/subcontract with to meet the requirements as well as their SB size status under the NAICS that you as the prime would assign for their workshare. Information regarding any planned similarly situated entity should be included in answering any questions outlined in the Sources Sought Notice (SSN) in order to assist the Government's capability determination. 5. Are you planning on subcontracting or partnering with other companies to fulfill the requirements of this effort?� If so, please provide the company names.� Also, please identify whether each company would be classified as a large or small business under the NAICS code you would determine for the services/supplies provided in support of this effort.� In addition, if applicable, please identify the company�s socioeconomic status (e.g., 8a, SDB, HUBZone, VOSB, SDVOSB, WOSB, etc.).� Finally, if applicable, please list the percentage of small business subcontracting anticipated for this effort. 6. Identify whether your organization will Prime or Subcontract on this effort. If you are interested as a subcontractor, what specific areas of capabilities would your organization provide? 7. Can your organization support both CBCSE and BCTC-ES programs simultaneously? 8. What do you think is the most challenging part of this effort and what steps can the Government take to help mitigate some of the risks associated with the challenges? 9. Explain your process for tracking all of the unmodified COTS purchased equipment (computers and peripheral equipment) being shipped to any or all sites. How do you intend to provide the following information to the Government before shipment is made (Manufacturer, Item Description, Serial Number, Part Number, Price, etc.) Any supporting information. Businesses are invited and encouraged to ask questions and provide feedback to this notice via email to the POCs. Submit all documentation in either Microsoft Word or Portable Document Format (PDF), via email to the POCs below no later than 1:00 p.m. EST on 15 January 2021 and reference Request for Information for CBCSE Re-Compete in the subject line of e-mail and on all enclosed documents. �If any proprietary information is provided, please mark appropriately. Responders are advised that the U.S. Government will not reimburse any contractor for any information or administrative costs incurred in the response to this SSN; all costs associated with responding to this SSN will be borne solely by the interested party. Not responding to this SSN does not preclude participation in any future Request for Proposal (RFP) or other solicitation, if any are issued. However, the Government will use the information obtained to assist in developing an acquisition strategy and making a Small Business decision. DISCLAIMER: THIS NOTICE DOES NOT CONSTITUTE AN INVITATION FOR BIDS OR A RFP AND IS NOT A COMMITMENT BY THE U.S. GOVERNMENT TO PROCURE SUBJECT PRODUCTS. THIS IS NOT A SOLICITATION NOR DOES IT GUARANTEE A SOLICITATION WILL BE ISSUED. THE SUBMISSION OF THIS INFORMATION IS FOR PLANNING PURPOSES ONLY. INFORMATION AND MATERIALS SUBMITTED IN RESPONSE TO THIS REQUEST WILL NOT BE RETURNED. NO PHONE CALLS. DO NOT SUBMIT CLASSIFIED MATERIAL. Points of Contact: Marvin J. Hagan Contracting Officer U.S. Army Contracting Command - Orlando 12211 Science Dr, Orlando, FL 32826-3224 marvin.j.hagan.civ@mail.mil � Dean M. Halvatzis Contract Specialist U.S. Army Contracting Command - Orlando 12211 Science Dr, Orlando, FL 32826-3224 dean.m.halvatzis.civ@mail.mil
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/2ba41b2eb6704c53ba17cd448ab23253/view)
 
Place of Performance
Address: Orlando, FL 32826, USA
Zip Code: 32826
Country: USA
 
Record
SN05859495-F 20201125/201123230154 (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 |
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.