MODIFICATION
A -- Mission Command Research & Development, Administrative, and Operations Support Services (MC-RDAOSS) Command, Power & Integration Directorate (CP&ID) Computing Platforms Division and Mission Command Capability Division.
- Notice Date
- 12/5/2012
- Notice Type
- Modification/Amendment
- 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
- W15P7T-13-R-A302
- Response Due
- 12/11/2012
- Archive Date
- 2/3/2013
- Point of Contact
- Michael Levy, 443-861-4652
- E-Mail Address
-
ACC-APG - Aberdeen Division B
(michael.w.levy7.civ@mail.mil)
- Small Business Set-Aside
- N/A
- Description
- ***Questions 2 and 9 have been combined to avoid confusion.*** ***References to the requiremnts document in the questions below have been replaced with the term -- scope -- *** MARKET RESEARCH Mission Command Research & Development, Administrative, and Operations Support Services (MC- RDAOSS) COMMAND, POWER & INTEGRATION DIRECTORATE (CP&ID) COMPUTING PLATFORMS DIVISION AND MISSION COMMAND CAPABILITY DIVISION Sources Sought W15P7T-13-R-A302 The Army Contracting Command, Aberdeen Proving Ground is conducting market research to determine the existence of sources capable of providing technical services in support of The United States (US) Army Communications Electronic Research, Development and Engineering Center (CERDEC)/CP&ID. The Government anticipates a multiple award Indefinite-Delivery Indefinite-Quantity (IDIQ) contract vehicle with Firm-Fixed-Price and/or Cost-Plus-Fixed-Fee Multiple Award Task Order Contract (MATOC) for this effort. The period of performance is a three-year base period and two (2) one-year option periods. The combined total of all tasks orders against this IDIQ would be an estimated maximum of $350 million over a five-year period which includes base and option years. SCOPE: The proposed acquisition will provide support services to the CERDEC, Command, Power and Integration Directorate (CP&ID), Computing Platform Division, and Mission Command Capabilities Division. The services to be included under the subsequent contract include the following: Stakeholder Collaboration: Support shall include but not be limited to Subject Matter Experts who will facilitate discussions with customers using web site postings, Email interactions, teleconferencing, Defense Connect Online (DCO) Web conferences, and face-to-face exchanges to document stakeholder's needs. Systems Engineering Support: Support for the planning, research, design, execution and coordination for efforts including Mission Command systems concept analysis and development, platform systems integration efforts, and project management functions. Technology Research and Development: Perform studies, analyses, experimentation and prototyping efforts to obtain tools, techniques and technologies that better enable transition of C4ISR capabilities to the Warfighter, as well as augment Warfighter effectiveness. Prototyping and Technology Insertion: Research and development of prototyping efforts, new equipment/systems or modifications to existing equipment/systems may be required by the Government. Mission Management Applications: Develop applications to collect, manage, and exploit knowledge for situational awareness, aligned to execution through intuitive tactical decision support capabilities that encapsulate staff-level expertise, empowering agile and adaptive leaders to execute Network-Enabled Mission Command in their conduct of Full-Spectrum Operations Cognitive/Human Center Design: Develop software that will help the soldier use all the information in the network most effectively, making sure that data and the way it is presented at any point in time are in alignment with the soldier's cognitive needs and contextual framework. Biometric Technologies: Support the biometrics information management effort as it seeks to fuse the collection of biometrics data across the Cooperative and Non-cooperative biometric data domains. Language Translation: Develop a robust language translation web service to allow users to translate text and documents, or use instant messaging with translation and support possible transition opportunities. Hardware & Architecture Engineering: Support the planning, research, design, execution and coordination for efforts including C4ISR mission equipment, Systems-of-Systems network interoperability, systems architectures and platform systems integration. Position Navigation and Timing: Explore and develop navigation sensor technologies to include but are not limited to: RF ranging, Network assisted navigation, Military GPS user equipment (Selective Availability Anti-Spoofing Module (SAASM) compliant), Modernized GPS User Equipment (MGUE), GPS enhancements, Visual odometry, Zero velocity update (ZUPT) mechanisms, MEMs inertial sensors, Atomic frequency standards, GPS antennas, Velocimeters, Inertial measurement and dead reckoning devices. Unmanned Systems: Develop software services to improve ability to monitor and task multiple unmanned assets in order to facilitate increased autonomy as well as mission complexity. Mobile Device Application Development: Support research and development of the tactical, operational and medical Hand Held and Smartphone technology software for dismounted soldiers. Program/Project, Administrative and Business Operations Support: Program/Project support includes documentation preparation, review and analysis, program planning assistance, execution tracking, and coordination efforts necessary to accomplish tasks. Laboratory Systems/Facility Maintenance: Identify required scheduled maintenance, unscheduled repairs, backlogs on services and maintenance, and their effects to show whether existing systems and laboratories are adequate to meet stated mission requirements. Integration and Testing Support: Support convergence and integration of technologies supporting C4ISR systems and sensor placement management, planning and preparation. Software and System Development: Develop software in the following areas; but is not limited to: Mobile devices, Servers, Thick clients, Web applications, Web services, and Software Development Kits (SDK). Experimentation and Demonstration: Develop test programs, plans, and procedures, provide and/or conduct and/or support testing, evaluate and document results, and determine design refinements based on test results and conclusions. Operations and Maintenance: Support for the operation, administration, and maintenance of networks and systems, as well as Information Assurance (IA) support related to engineering systems and C4ISR systems integration programs. Interested parties are required to provide their responses to all questions listed below. This is a request for information only. Do not submit a proposal or quote. After reviewing the description of requirements currently posted to ASFI and FEDBIZOPPS, interested and capable contractors are invited to provide responses to the SCOPE, as well as, address the questions herein. Contractors who can provide support to some of or the entire requirement should provide responses, highlighting the specific areas that support can be provided. Responses should follow this format and be submitted electronically as one complete document. This Market Research is for informational purposes only and is not to be construed as a commitment by the Government to procure any items/services, or for the Government to pay for the information received. *Please provide the following points of contact information: Company name Address Point of contact Phone number Fax numbers Email address QUESTION 1 - Does your company have experience as a prime contractor administering (MATOC)? If so please provide the following: _ MAC Contract numbers _ Aggregate dollar value of entire MAC contract _ Aggregate dollar value of MAC task orders on which you were the prime on each contract _ Was the work on each contract similar to the work required in this instance? QUESTION 2 - Does your company have the technical expertise and capabilities required to provide the entire range of services defined in the scope? If yes, please clearly demonstrate in detail the technical expertise and capability your firm has that will ensure the successful completion of the work defined in the scope. QUESTION 3 - Is your company planning to partner with other companies to provide the work defined in the scope? QUESTION 4 - If your company is planning a joint venture with other companies, please provide details regarding proposed partnering arrangements, strategic alliances? Contractors must provide the size based upon the NAICS code of the work that team member is expected to provide. QUESTION 5 - Has your company provided this type of support in the past? If so provide the contract number, point of contact, email address, phone number, concise but clear description of your direct support of the effort. QUESTION 6 - What are the core competencies of your employees that would support the work defined in the scope? Please provide the total number of personnel currently employed by your firm who are capable of supporting the work defined in the scope. QUESTION 7 - Does your company have a TOP SECRET facility or access to one in the event it is required? QUESTION 8 - Does your firm have an approved Defense Contract Audit Agency (DCAA) accounting system? If an accounting system is approved, provide date of approval, as well as, cognizant DCAA office and DCAA POC. QUESTION 9 - In accordance with the work defined, please describe the ability of your firm to provide the level of support required to successfully meet the requirements. QUESTION 10 - Please describe the ability of your firm to provide training, logistics, and sustainment management for software and hardware that is continuously enhancing existing capability and integrating new capabilities. QUESTION 11 - Please describe the ability of your firm to provide strategic planning, program, and policy support for acquisition programs which are continuously adding additional capabilities. QUESTION 12 - Please describe your firm's organization management, administrative management, and manpower management procedures as they relate to supporting the work defined in the scope. IF SMALL BUSINESS PLEASE ANSWER THE FOLLOWING THREE QUESTIONS: *Please identify your company's small business size standard based on the primary North American Industrial Classification Systems (NAICS) Code 541712, *If you identified your company as a small business, do you anticipate your company remaining a small business under the NAICS Code 541712, in accordance with Small Business Administration's recertification regulations? *If you identified your company as a small business, will you be able to perform at least 50% of the work defined in the requirements posted to FEDBIZOPPS? Instructions to Contractors: 1. Contractors are requested to provide an overview of their technical ability and expertise in meeting the services listed in the SCOPE. For the questions contractors should provide clear, concise responses that define/describe their level of technical expertise and experience, and past performance history for successfully supporting requirements of the same or similar complexity, and dollar value. 2. Contractors are required to provide the following information (must be as recent as the last three years) substantiating the responses they have provided: Agency/Company Contract/Task Order Number Date of Award Total Dollar Value Period of Performance Type of support provided Point of contact (title, phone number, email address, etc) Outcome of the effort Completion Date RESPONSES: Responses should be submitted no later than close of business 11 December 2012. Information submitted does not constitute a proposal. E-mailed responses should be limited to ten [10] pages total and delivered to the following e-mail address: michael.w.levy7.civ@mail.mil ***Please note that my number has changed to 443-861-4615***
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/3f4c0ac36e442d4e29f9805989e6c118)
- Place of Performance
- Address: ACC-APG - Aberdeen Division B HQ CECOM CONTRACTING CENTER, 6001 COMBAT DRIVE ABERDEEN PROVING GROU MD
- Zip Code: 21005-1846
- Zip Code: 21005-1846
- Record
- SN02942946-W 20121207/121205234210-3f4c0ac36e442d4e29f9805989e6c118 (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 |