Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 22, 2012 FBO #3955
SOLICITATION NOTICE

A -- Mission Command Workstation Sources Sought/RFI

Notice Date
9/20/2012
 
Notice Type
Presolicitation
 
NAICS
541712 — Research and Development in the Physical, Engineering, and Life Sciences (except Biotechnology)
 
Contracting Office
ACC-APG - Aberdeen Division B, HQ CECOM CONTRACTING CENTER, 6001 COMBAT DRIVE, ABERDEEN PROVING GROU, MD 21005-1846
 
ZIP Code
21005-1846
 
Solicitation Number
W15P7T13RMCWS
 
Response Due
10/5/2012
 
Archive Date
12/4/2012
 
Point of Contact
Kiersten M. Leonard, 443-861-4954
 
E-Mail Address
ACC-APG - Aberdeen Division B
(kiersten.m.leonard.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
Market Research: For the Mission Command Workstation Competitive Contract Document Type: Sources Sought/Request for Information Solicitation Number: W15P7T-13-R-MCWS Posted Date: 20 September 2012 Response Date: 05 October 2012 Classification Code: R425 NAICS Code: 541712 This Sources Sought Notice(SS) /Request for information (RFI) is for planning purposes, and is not to be considered an invitation for bid, request for quotation, or as an obligation on the part of the Government to acquire any products or services. No reimbursement will be a made for any costs associated with providing information in response to this SS/RFI or any follow up information request. The United States Army, Project Manager, Mission Command (PM MC), Aberdeen Proving Ground (APG), Maryland, is conducting this market survey to identify potential sources for software development, integration, maintenance, and technical support services for the Mission Command Workstation (MCW) program. The effort is anticipated to be a five (5) year Indefinite Delivery Indefinite Quantity (IDIQ) contract with an estimated cost of $200M. The Government expects task orders will be issued against this contract on a Cost Plus Fixed Fee, Cost, and Firm Fixed Price basis. DESCRIPTION OF REQUIREMENT The MCW is an executive-level decision support system that provides situational awareness and collaborative tools to enable commanders and staff to visualize information, interact with it, and selectively and dynamically share information for analysis, planning and execution. The system is currently built on Command Post of the Future (CPOF), which provides the framework for visualization, information analysis, and collaboration in the MCW system. Under the proposed contract effort, the Government plans to implement MCW unique enhancements that evolve the platform in alignment with Army Common Operating Environment and/or future Army directives and guidance; improve interoperability with Army, Joint, and Multinational systems; provide thin client and web-deployment capability; improve disconnected operations capabilities; improve the ability to scale the system to larger numbers of collaborating users; reduce training and support costs; improve geospatial capabilities; improve scalability to mounted and dismounted operating environments and networks; and improve support in garrison environments. In addition, the effort will include required maintenance upgrades and patches to support interoperability, safety, security, and problem report resolution. The Army further intends to provide for integration of other research and development oriented technology initiatives as required to capitalize on evolving technology offerings. This contract will also include provisions for support to other Army, Joint Service, and other Agency efforts related to integration with the MCW product line. The Government has Government Purpose Rights (GPR) with source code, enabling competition of software development for the MCW. The assigned North American Industry Classification (NAICS) code for this potential requirement is 541712 for "Research and Development in the Physical, Engineering, and Life Sciences (except Biotechnology)" with the correspondence small business size standard of 500. Both large and small businesses are encourage to response. It is requested that interested businesses response to this RFI/SS shall provide the following information: 1.)Company name; address; CAGE Code and DUNS; POC name, phone, email 2.)For Small Businesses, identify the applicable socio-economic category (SB/SDB/HUBZone/WOSB/VOSB/SDVOSB/HBCU/MI...etc). 3.)Please identify your company's small business size standard based on the assigned NAICS. For more information refer to http://www.sba.gov/content/table-small-business-size-standards. 4.)Does your company have SECRET, TOP SECRET, and TOP SECRET/SCI cleared personnel, facility or access to facilities should it be required? 5.)Within the last five (5) years, does your company have experience developing, and deploying into operational usage within the Department of Defense (DoD), mission command systems of similar size and scope? If so, please provide examples, including contract number, indication of whether your firm acted as a prime or subcontract, contract value, Government/Agency point of contact and current telephone number and a brief description of how the contract relates to the required services described herein. 6.)Within the last five (5) years, has your company won a DoD competitive software development contract award where your company was not the incumbent? If so, please provide examples, including contract number, indication of whether your firm acted as a prime or subcontract, contract value, Government/Agency point of contact and current telephone number and a brief description of how the contract relates to the required services described herein. 7.)Does your company have experience developing and deploying within the DoD systems that provide near-real-time collaboration capabilities? If so, please give examples. 8.)Does your company have experience developing and deploying within the DoD enterprise-class systems written in Java? If so, please give examples. 9.)Does your company have experience developing and deploying within the Department of Defense systems that provide for data replication and redundancy? If so, please give examples. 10.)If you identify your company as a small business, will your company be interested in a prime contract for the Mission Command Workstation requirements? 11.)If your company is awarded the contract, will you be able to perform at least 50% (percent) of the work required in house? 12.)Does your company possess the capabilities to independently provide the entire range of services called for in the Mission Command Workstation Draft Performance Work Statement? ______ YES _______ NO 13.)If you answered YES to Question # 10, what services called for in the attached description of the requirements can your company provide? Please provide specific examples. 14.)If you answered NO to Question # 10, what services called for in the attached description of the requirements can your company provide? Please provide specific examples. 15.)Interested vendors are encouraged to identify teams, indicating each team member's size, status, and the work that the team member may be doing. If you are planning on teaming with other companies, please list the process used in selecting the members. 16.)If you are a small business, can you go without a payment for 90 days? 17.)Does your company have a DCAA approved accounting system? 18.)Please provide positive or negative feedback regarding the attached Performance Work Statement document such as recommended changes, noted exceptions, ambiguities, etc. This announcement is to establish an expression of interest only and does not commit the Government to pay for proposal or sources sought preparation costs. This announcement shall not be considered an invitation for bid, request for quotation, request for proposal, or as an obligation on the part of the Government to acquire any products or services. Questions and responses should be directed to PM Mission Command and the Acquisition Center personnel listed below: Meghan Perkins PEO C3T PM MC 6007 Combat Drive, 5th Floor Aberdeen Proving Ground, MD 21005 meghan.w.perkins.civ@mail.mil (443) 395-2977 Kiersten Leonard ACC-APG 6001 Combat Drive, 2nd Floor Aberdeen Proving Ground, MD 21005 Kiersten.m.leonard.civ@mail.mil (443) 861-4954 The deadline for response to this notice is fifteen (15) days from the date of publication.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/0c1530620c1c182d2aa1cc6950c67be9)
 
Place of Performance
Address: ACC-APG - Aberdeen Division B HQ CECOM CONTRACTING CENTER, 6001 COMBAT DRIVE ABERDEEN PROVING GROU MD
Zip Code: 21005-1846
 
Record
SN02891635-W 20120922/120921001105-0c1530620c1c182d2aa1cc6950c67be9 (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.