Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 14, 2012 FBO #3855
SOURCES SOUGHT

A -- Market Research Announcement

Notice Date
6/12/2012
 
Notice Type
Sources Sought
 
NAICS
541330 — Engineering Services
 
Contracting Office
ACC-APG - Washington, ATTN: CCCE-CW, 10205 Burbeck Road, Fort Belvoir, VA 22060-5863
 
ZIP Code
22060-5863
 
Solicitation Number
W909MY12RB005
 
Response Due
6/26/2012
 
Archive Date
8/25/2012
 
Point of Contact
Stesnie Johnson, 703-704-0848
 
E-Mail Address
ACC-APG - Washington
(stesnie.johnson@us.army.mil)
 
Small Business Set-Aside
N/A
 
Description
The Army Contracting Command - Aberdeen Proving Grounds (Belvoir Division) is seeking sources on behalf of the CERDEC Night Vision and Electronic Sensors Directorate (NVESD). NVESD is contemplating award of a Cost-Plus-Fixed-Fee (CPFF) type contract to support the ongoing operations and maintenance of the Night Eagle (NE) program. NVESD has developed and deployed an initial capability called Night Eagle (NE) in support of Operation Enduring Freedom. The system was developed by SAIC and is currently supported in Afghanistan by SAIC. This requirement addresses the continued support of the deployed NE system which consists of two (2) highly modified aircraft and associated sensor/communication systems, two (2) ground stations, one (1) remote relay stations, a CONUS system integration laboratory, a CONUS training facility and up to 30 continuously deployed personnel with SECRET or higher security clearances. Additional system infrastructure consists of an aircraft shelter, CONEX containers and aircraft ground support equipment. The Night Eagle aircraft are contractor owned and operated. Night Eagle prime mission equipment includes multiple software configuration items for which the Government does not have data rights. Any interested parties would be required to provide all of the necessary equipment, personnel and technical/logistical support to continue without any interruption to ongoing OCONUS counter-IED operations. NVESD is seeking additional sources with the necessary technical expertise, equipment, training infrastructure and personnel to enable them to provide NVESD seamless, uninteruppted support to the NE program for a twelve month period of performance with an option for an additional 12 months of support. The services to be provided by the contractor will include the ability to manage/maintain the current NE system hardware & software configuration, ability to design and integrate system upgrades, conduct system maintenance, repair system components, manage all CONUS and OCONUS logistics requirements, and conduct flight operations as directed to continue uninterrupted OCONUS operations of the NE system. When requested, the contractor shall also be capable of providing CONUS aircraft flight services (supply appropriate airframe/sensor/communication systems, provide flight test engineers and ground support personnel) in support of U.S. Army testing of NE system upgraded capabilities. Interested parties who have the ability to satisfy the above requirements should submit a white paper, not to exceed 10 pages, discussing your company's ability to meet the above requirements and answer the below questions. Please include a discussion of any commercially available solutions which your company can provide. Responses should include a cover letter (not included in the page count) and a response to the following: 1. Company Name, Address, CAGE Code, Point of Contact, Phone Number, Fax Numbers and Email Address. 2. Statement as to whether or not your company is considered a small or large business, please indicate any socioeconomic classification (8(a), Woman-Owned, Veteran-Owned and Operated, Service-Disabled Veteran-Owned, Operated business, or HUB-Zone) that applies. 3. If you identify your company as a Small Business or any of the SB subcategories as stipulated in Question # 2, then is your company interested in a prime contract for the above requirement? 4. Does your company possess the capabilities to provide the entire range of services called for in above requirement? ______ YES _______ NO 5. If you answered YES to Question # 4, please provide specific capabilities and examples for how your company can provide these services. 6. If you answered NO to Question # 4, please list what services your company can provide? Please provide specific capabilities and examples. 7. Please provide details regarding proposed joint ventures, teaming arrangements, strategic alliances, or other business arrangements to satisfy the 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. 8. Is your company currently providing similar services to another government agency (you may also include contract's for government) or other non-government customer? If so, please identify the agency or non-government customer. If you are unwilling to share your customer's identity, please address whether your company offers the same or similar services commercially. 9. 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? 10. What are the core competencies of your employees that would support the requirements? Also, provide the total number of individuals currently employed by your company that are capable of supporting the requirements. 11. Do all the employees that would support this requirement have a SECRET Clearance? 12. Does your firm possess an approved Defense Contract Audit Agency (DCAA) accounting system? 13. If you are a small business how do you select your partners and/or subcontractors? Responses should be submitted no later than close of business on 26 June 2012. Responses should be emailed to stesnie.a.johnson.civ@mail.mil with a copy to Marilyn.d.shortle.civ@mail.mil. The subject of the mail message shall be: W909MY-11-Q-NVNE Market Research Response, Your Company's Name. All questions of a technical nature should be addressed to Mr. Michael Witte, NE Project Manager, at michael.j.witte4.civ@mail.mil. All contractual questions should be addressed to Ms. Stesnie Johnson, Contract Specialist, at stesnie.a.johnson.civ@mail.mil. NO TELEPHONIC QUESTIONS WILL BE ACCEPTED. The above information is provided for information only and is not a Request for Proposal or announcement of a solicitation. This Request for Information does not constitute an invitation for bid or Request for Proposal, and is not to be construed as a commitment by the Government to issue a contract or order. The Government will not pay for any effort expended or any material provided in response to this announcement nor will the government return any data provided. It is desirable that data be received with unlimited rights to the Government. However, we recognize that proprietary data may be included with the information provided. If so, clearly mark such proprietary information and clearly separate it from the unrestricted information as an addendum. Any information submitted by respondents to this sources sought synopsis is voluntary. The Army does not intend to award a contract on the basis of this notice or to otherwise pay for the information solicited. Respondents should not construe this synopsis as a commitment for any purpose. Respondents will not individually be notified of the results of any government assessments. The Government's evaluation of the capability statements received will factor into whether any forthcoming solicitation will be conducted as a full and open competition or as a set-aside for small businesses, or any particular small business designation (e.g. SDVOSB, HUBZone, 8(a), SDB, WOSB, VOSB, etc.)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/ee28a8a683ee0df6bae32a8f29d034dd)
 
Place of Performance
Address: ACC-APG - Washington ATTN: CCCE-CW, 10205 Burbeck Road Fort Belvoir VA
Zip Code: 22060-5863
 
Record
SN02773504-W 20120614/120612235518-ee28a8a683ee0df6bae32a8f29d034dd (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.