MODIFICATION
R -- Command and Control Application, Database and Web Development and Maintenance Services
- Notice Date
- 2/26/2013
- Notice Type
- Modification/Amendment
- NAICS
- 541511
— Custom Computer Programming Services
- Contracting Office
- ACC-APG - Aberdeen Division D, ATTN: AMSSB-ACC-A, 4118 Susquehanna Avenue, Aberdeen Proving Ground, MD 21005-3013
- ZIP Code
- 21005-3013
- Solicitation Number
- W91CRB13R0029
- Response Due
- 2/28/2013
- Archive Date
- 4/27/2013
- Point of Contact
- Sabrinna Cosom, 410.306.2852
- E-Mail Address
-
ACC-APG - Aberdeen Division D
(sabrinna.r.cosom.civ@mail.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- SOURCES SOUGHT NOTICE: THIS IS NOT A SOLICITATION; no award will be made as a result of this request. This sources sought notice is for information purposed only; this is not a Request for Proposal (RFP). All interested parties are encouraged to respond to this Sources Sought Notice. The Government will not pay for information and materials received in response to this posting and is in no way obligated by the information received. This is NOT a Request for Proposal. Companies who desire to participate in this market survey are encouraged to submit a white paper which supports the company's claim that it presently has the technology, qualification, and capabilities to satisfy one or more of the performance and technical objectives described in the attached draft PWS (additional documentation). The following questions should be answered within the white paper response: 1.What socioeconomic category does the company fall under? 2.Have you done work in the past similar in scope and magnitude to the draft PWS? If so, what is the previous contract number? 3.How was your past performance rating on work done in similar scope and magnitude to the work described in the draft PWS? 4.Do you have a current approved DCAA Cost and Accounting System? 5. Does your company have interest as a prime or subcontractor? 6. What elements of the PWS would your company subcontract rather than perform with your own reseurces? The white paper should also discuss related company experience and include point(s) of contact. The white paper should be prepared in MS Word, limited to ten (10) pages, and submitted electronically to the contracting specialist sabrinna.r.cosom.civ@mail.mil. The company shall be responsible for any costs associated with preparing responses to this market research. All requests for further information must be made in writing via email; telephone requests for additional information will not be honored. Questions and Answers 1. Is this follow-on work? Yes, The incumbent, SSB, Inc., and CCSA is appraised at a Scampi A CMMI Maturity Level 3. 2. Is the scope of the current work being expanded, reduced, or staying the same? The scope of work is staying the same. 3. Who is the incumbent and what is the current Contract/Task Order number? There isn't a current contract for the requirement. SSB, Inc. is the incumbment. The current task orders are W91WAW-07-D-0034-0018 and W91WAW-07-D-0034-0019. 4. Is the government open to the use of existing GSA GWAC's? This is as sources sought notice for market research. All possibilities will be considered for acquisition strategy. 5. Other than the listed questions and page criteria listed under the Synopsis for this sources sought, is there a specific format for responses to this market research? No 6. Are the current SDLC services delivered at CMMI Level 4? No. However, as the PWS reads, level 3 is what is required. Maintianing a CMMI Maturity Level 3 is required and achiveiving a CMMI Maturity Level 4. 7. Must small business be appraised at CMMI Level 4 or merely conduct the project at CMMI Level 4? The small business needs to be appraised at CMMI Level 3 and show how they plan on getting us to level 4. 8. Would it satisy the Government's requirment if the small business (holding CMMI ML 2or 3) teamed with a partner that held the CMMI ML 4? Again, at least level 3 is required, not level 4. However, they need to show how they would get us to level 4. Level 2 is not acceptable. 9. For the referenced solicitation (Sources Sought), is the contracting office interested in receiving a response from companies that are on the Alliant Small Business contract but that exceed the $25.5M revenue standard? Alliant Small Business primes will be recertified in 2014; until then, companies that currently exceed the original size standard, like DMI, are permitted to bid for solicitations released under the vehicle. Small businesses have to meet the size standard of the NAICS code in order to be considered a small business concern. 10. What would be the Due time to submit the RFI response? 4:00 PM EST on 28 February 2013. 11. Is the incumbemt still eligible to bid for this requirement? Yes 12. Is the Facility Clearance required, if required at what level, do we need FCL before the contract award or after the contract award? Please refer to paragraph 1.6.7 of the DRAFT PWS stating the contractor will be required to provide personnel who have the ability to access a Top Secret Clearance area with no escort.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/be62977238a5ce6f57b0635d98560699)
- Place of Performance
- Address: ACC-APG - Aberdeen Division D ATTN: AMSSB-ACC-A, 4118 Susquehanna Avenue Aberdeen Proving Ground MD
- Zip Code: 21005-3013
- Zip Code: 21005-3013
- Record
- SN02996645-W 20130228/130226234827-be62977238a5ce6f57b0635d98560699 (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 |