Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 08, 2012 FBO #4032
MODIFICATION

10 -- Program Management, Engineering Logistics, Business, Operations, and Security support services to the Product Manager for Meteorological and Target Identification Capabilities (MaTIC)

Notice Date
12/6/2012
 
Notice Type
Modification/Amendment
 
NAICS
541330 — Engineering Services
 
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
MRC1014
 
Response Due
12/21/2012
 
Archive Date
2/4/2013
 
Point of Contact
Nicholas Granata Jr, 443-861-4750
 
E-Mail Address
ACC-APG - Aberdeen Division B
(nicholas.granata.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a Request for Information (RFI) and should not be construed as a Solicitation Announcement, Invitation for Bids, Request for Quotations, or a Request for Proposals. After reviewing the Description of Requirements currently posted to FEDBIZOPS, interested capable Contractors are invited to provide responses to the following questions. Please provide responses if you can support the entire requirement. Responses should follow this format and be submitted electronically as one (1) complete document. This RFI is for informational purposes only and is not to be construed as a commitment by the Government to acquire any products or services, or for the Government to pay for the information received. Responses to this Source Sought are due by 1600 EST (APG, MD) 21 December 2012. Please submit all RFIs to Nicholas Granata, Contract Specialist, nicholas.granata.civ@mail.mil. Subject line must read RFI MRC-1014 quote mark Company Name quote mark. Additionally, your response will be treated only as information for the Government to consider. You will not be entitled to payment for direct or indirect costs that you incur in responding to this RFI. Furthermore, this request does not constitute a solicitation for proposals or the authority to enter into negotiations to award a contract. No funds have been authorized, appropriated or received for this effort. The information provided may be used by the Army in developing its acquisition strategy, Statement of Work/Performance Work Statements and/or Statement of Objectives. Interested parties are responsible to adequately mark proprietary, restricted or competition sensitive information contained in their response accordingly. The purpose of this Sources Sought Announcement is to identify potential sources with the technical capability and necessary resources to provide Program Management, Engineering Logistics, Business, Operations, and Security support services to the Product Manager Product Manager for Meteorological and Target Identification Capabilities (MaTIC) in support of their Persistent Threat Detection System (PTDS) and Joint Combat Identification Marking System (JCIMS). The purpose of this Sources Sought Announcement is to identify potential sources with the technical capability and necessary resources to provide customer assistance, site survey, logistics, and engineering support services to the Product Manager for Meteorological and Target Identification Capabilities (MaTIC) in support of the sixty-five (65) fielded Persistent Threat Detection Systems (PTDS). Services required will include but are not limited to the following: Customer assistance in theatre such as conducting PTDS battle staff training, monitoring PM MaTIC program activities, participating in local command meetings/activities, and reporting information to PM MaTIC team. Site survey support for the deployment and removal of the PTDS in Afghanistan, which includes assistance in conducting site surveys to determine suitability of potential locations for stationing, operating, sustaining, and removal of PTDS and assisting military and government officials in preparation of sites. Logistics support including coordination of personnel and material requirements in theatre for all sixty-five PTDS and regional supply centers in-theatre. Engineering support including site survey analysis, interoperability testing, and report generation. Potential sources with capability and qualifications to satisfy all of the requirements specified herein shall comply with the following in providing written responses with supporting data to the following information requests, wherein the company shall identify how its products and technical expertise could produce and deliver the requirements specified. When identifying past and current customers, include the customer/company name, point of contact, phone number, and address/e-mail where they can be reached. Provide company personnel resume profile in a word document summarizing technical support personnel and expertise in each functional area. Demonstrate company's capability to provide qualified support staff upon contract both CONUS and at five or more regional support centers in theatre, including fifteen OCONUS team members, one theatre leader, four regional center leads, two logistics leads, one survey lead, two site survey/training team members, one sensors specialist, one CONUS Liaison (OPS counterpart), one Test Eng, one Test/Fielding/Safety Coordination and one admin/security specialist, and three CONUS team members, one operations lead and two operations specialists. Demonstrate company's experience with or ability to understand PTDS operations, maintenance and mission strategy, PTDS sensors equipment (MX-20 cameras, Starlite radars), system engineering, testing and fielding, network engineering and analysis, site and land survey analysis, and logistics management efforts. Demonstrate company's capability to coordinate in-theatre activities including reporting between Afghanistan sites and among Afghanistan and CONUS sites, personnel life support requirements, transportation requirements, and provisioning and maintaining necessary support equipment. In addition please provide the following information: 1. Please provide the following Point of Contact information: Company: Address: Point of Contact: Phone Number: Fax Numbers: Email Address: 2. Please identify your company's small business size standard based on the primary North American Industrial Classification System (NAICS) code of 541330 - Professional, Scientific, and Technical Services - Engineering services. The Small Business Size Standard for this NAICS code is $14,000,000.00. For more information, refer to http://www.sba.gov/content/table-small-business-size-standards. Large Business Concern Small Business (SB) Concern 8(a) Small Disadvantaged Business (SDB) Woman-Owned Small Business Historically Underutilized Business Zone (HUBZone) Veteran-Owned Small Business Service-Disabled Veteran-Owned Small Business 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 requirement? 4. Under the current SB recertification regulations, do you anticipate your company remaining a small business, under primary NAICS Code 541330 - Professional, Scientific, and Technical Services - Engineering services? If you are a SB answer questions 4A & B. All others skip to Question #5. A. If your company is awarded the contract, will you be able to perform at least 50% (percent) of the work? B. If you are a small business, can you go without a payment for 90 days? 5. Is your company planning on business arrangements with other companies, please list the process used in selecting the members? 6. Please provide details regarding proposed joint ventures, teaming arrangements, strategic alliances, or other business arrangements to satisfy 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. 7. 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 8. 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? 9. What are the core competencies of your employees that would support the needs of the requirement? Also, provide the total number of individuals currently employed by your company that are capable of supporting the requirements. 10. Does your company have a TOP SECRET facility or access to one should it be required? 11. Do all the employees that would support this requirement have a TOP SECRET Clearance? 12. Does your firm possess an approved Defense Contract Audit Agency (DCAA) accounting system?
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/39c1d451ad160c2d07323e6e230736c1)
 
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
SN02944053-W 20121208/121206234730-39c1d451ad160c2d07323e6e230736c1 (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.