SOURCES SOUGHT
D -- Wideband SATCOM Operations & Technical Support (WSOTS) previously known as DOCS4 (Defense Satellite Communications Systems Operations Control System Site Support and Services), Contract Number DASG62-02-C-0002.
- Notice Date
- 1/15/2010
- Notice Type
- Sources Sought
- NAICS
- 517919
— All Other Telecommunications
- Contracting Office
- U.S. Army Strategic Command, XR W4T8 ARSPACE CONTRACTING BR, 350 Vandenberg St. Bldg 3, Peterson Air Force Base, CO 80914-4914
- ZIP Code
- 80914-4914
- Solicitation Number
- W9126010R0001
- Response Due
- 1/28/2010
- Archive Date
- 3/29/2010
- Point of Contact
- Jessica Janicek, 719-554-8746
- E-Mail Address
-
U.S. Army Strategic Command
(jessica.janicek@us.army.mil)
- Small Business Set-Aside
- N/A
- Description
- 1. This sources sought is being published, for market research purposes only, to identify potential sources capable of supporting the Wideband SATCOM Operations & Technical Support (WSOTS). The contract was previously known as DOCS4 (Defense Satellite Communications Systems Operations Control System Site Support and Services), Contract Number DASG62-02-C-0002. The contractor shall be required to provide all management personnel, materials, and supplies required to perform support and services as detailed in the DRAFT Performance Work Statement; see access instructions below. The contractor shall be required to interface with other contractors and Government agencies in support of issues dealing with WSOTS in all areas where the contractor is the functional manager. 2. This is only a Sources Sought Synopsis and is not a Request for Proposal (RFP). A solicitation is not being issued at this time and this notice shall not be construed as a commitment by the Government to issue a solicitation or ultimately award a contract, nor does it restrict the Government to a particular acquisition approach. Responses to this sources sought synopsis will be used for a market survey analysis to determine if the contemplated acquisition will be conducted under full and open competition, or as a set-aside pursuant small business set-aside procedures under FAR Part 19 Small Business Programs. Respondents shall indicate in their responses whether they qualify as a small business under NAICS Code 517919 with a size standard of $25M. 3. For the purposes of market research, the Government is seeking to understand the capability and capacity of interested firms. If you are a small business, and if the Government were to set this acquisition aside for small business, you would be required to comply with Federal Acquisition Regulation 52.219-14, Limitations on Subcontracting and 13 CFR 125.6 (known as the 50% rule). Rules on affiliation and joint ventures are at FAR 19.101, 13 CFR 121.103, 13 CFR 124.513 and 13 CFR 125.6. Under the 50% rule where the preponderance of support is for services, at least 50% of the cost of the contractor performance incurred for personnel shall be expended for employees of the small business prime. The small business prime contractor must meet this requirement (1) individually, or (2) together with other small business members of a formal joint venture, or (3) together with a small number of small business subcontractors forming an informal joint venture, in which those subcontractors meet the definition of ostensible subcontractor as set forth in 13 CFR 121.103(h)(4). Team members in such formal and informal joint ventures are exempt from affiliation rules under the conditions set forth in 13 CFR 121.103(h)(3). There is no limit to the number of other team subcontractors or size status of subcontractors. 4. The Government anticipates prohibiting cross-teaming. Cross-teaming arrangements include a prime offeror participating as a subcontractor/team member with another prime contractor, or subcontractor/team member subcontracting/teaming with more than one prime contractor. If acquisition is competed full and open then the subcontracting goal will be determined as a percentage of the overall contract value. 5. Any information provided by industry to the Government as a result of this sources sought synopsis is strictly voluntary. Responses will not be returned. No entitlements to payment of direct or indirect cost or charges to the Government will arise as a result of contractor submission of responses or the Government's use of such information. The information obtained from industries responses to this notice may be used in the development of an acquisition strategy and future RFP. 6. The Government is contemplating North American Industry Classification Systems (NAICS) Code 517919 All Other Telecommunications for this requirement. The size standard is $25M. The Government is contemplating a period of performance for this contract of a (1) one-year base period with (6) six one year option periods, which may be exercised to extend the period of performance. This acquisition will result in a single award. The estimated contract start date is 1 February 2011, with a 60 day Phase-In Period to begin 1 December 2010. Government anticipates evaluating as a Best Value acquisition. The government is considering issuing this contract as Firm Fixed Price and/or Cost Plus Fixed Fee contract. The contractor shall have ability to obtain employees with a variety of government security clearances. It is the Governments intent to host an Industry Day to include One-on-ones in the February/March 2010 time frame. 7. Interested parties are requested to submit a statement of capability outlining past work that is related to this requirement as identified in the PWS. The statement of capability shall include: a. Vendor Information: Name Address Point of Contact (POC), Phone Number, E-mail Address CAGE Code Small Business Category Company's Business Size (i.e. annual revenues and employee size) Brief Introduction of Company b. Anticipated Teaming Arrangements (delineate between work accomplished by prime, subcontractors and work accomplished by teaming partners). c. Description of Relevant Contract Experience (Government and Commercial): Contract Number Requirements Description Total Contract Value (to include initial award amount, and Options modification descriptions and value) Place of performance Organization to which contract was executed Organization contract POC Name, Phone Number, E-mail address d. Complete Attached Market Research Questionnaire (Attachment 1). e. Provide questions or concerns with regards to the Draft PWS. 8. Again, any information submitted by the respondents to this sources sought synopsis is strictly voluntary. The company's standard format is acceptable; however, the limit for all responses is not to exceed fifteen (15) single-sided, 12 font size, 8 x 11-inch pages. The submitted information shall be UNCLASSIFIED. Only electronic responses shall be accepted. Responses shall be received no later than 12:00 P.M. (1200 hrs) Mountain Time, Thursday, 28 January 2010. Each submission should be virus scanned prior to being sent via e-mail to the POCs listed. Point of Contacts: Theresa Coffenberry, Contracting Officer, Phone (719) 554-8441, Fax (719) 554-8799, e-mail theresa.coffenberry@smdc-cs.army.mil or Jessica Janicek, Contract Specialist, Phone (719) 554-8746, e-mail jessica.janicek@smdc-cs.army.mil. NOTE: Email submissions are subject to size and type restrictions (typically limited to less than 2 Megabyte in size and only non-executable attachments such as.doc or.pdf files) as well as any other appropriate network security measures. It is the respondent's responsibility to verify the package was received and can be viewed. All responses must address each of the above stated requirements. Additional information, as it becomes available, will be posted as well as amendments to this announcement on Army Single Face to Industry (ASFI) https://acquisition.army.mil/asfi. It is the responsibility of the interested parties to review the site frequently for any updates/amendments to any and all documents. All potential offerors are reminded, in accordance with Defense Federal Acquisition Regulations (DFARS) 252.204-7004, Central Contractor Registration (CCR) is required. Lack of registration in the CCR will make an offeror ineligible for contract award (PWS ACCESS INSTRUCTIONS): To obtain an electronic copy of the Draft PWS send an email notification to the above identified POCs. Requests should include the following information: 1) Vendor Name 2) Vendor POC 3) E-mail Address 4) Telephone Number
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/SMDC/DASG62/W9126010R0001/listing.html)
- Place of Performance
- Address: U.S. Army Strategic Command XR W4T8 ARSPACE CONTRACTING BR, 350 Vandenberg St. Bldg 3 Peterson Air Force Base CO
- Zip Code: 80914-4914
- Zip Code: 80914-4914
- Record
- SN02042939-W 20100117/100115234739-bd2efb924ad25d7885a755fcbe928b53 (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 |