Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 27, 2017 FBO #5544
SOLICITATION NOTICE

19 -- Army Watercraft System (AWS) Services

Notice Date
1/25/2017
 
Notice Type
Presolicitation
 
NAICS
488390 — Other Support Activities for Water Transportation
 
Contracting Office
Department of the Army, Army Contracting Command, ACC - APG (W56JSR) Division E, 6001 COMBAT DRIVE, Aberdeen Proving Ground, Maryland, 21005-1846, United States
 
ZIP Code
21005-1846
 
Solicitation Number
W56JSR-17-R-0021
 
Archive Date
2/25/2017
 
Point of Contact
David J. Clark, Phone: 4438614901, Laura Lee Hild, Phone: 4438614890
 
E-Mail Address
david.j.clark62.civ@mail.mil, laura.l.hild.civ@mail.mil
(david.j.clark62.civ@mail.mil, laura.l.hild.civ@mail.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
1. Introduction This Pre-solicitation notice is for planning purposes only and is issued in accordance with FAR Provision 52.225-5 provided at: https://www.acquisition.gov/sites/default/files/current/far/html/52_223_226.html. Issuance of this notice does not constitute any obligation on the part of the Government to procure these services or to issue a solicitation. In addition, the Government is under no obligation to pay for information submitted in response to this Pre-Solicitation Synopsis, and responses to this notice cannot be accepted as offers. Any information that the vendor considers proprietary should be clearly marked as such. This is a SYNOPOPSIS PRE-SOLICITATION NOTICE; not a solicitation for proposals. Pursuant to FAR Part 5.2 (Synopsis of Proposed Contract Actions), the purpose of this notice is to: The primary purposes of the notice are (1)to improve small business access to acquisition information and enhance competition by identifying contracting and subcontracting opportunities.(2) determine if sources capable of satisfying the agency's requirements exist, (3) determine if commercial services suitable to meet the agency's needs are available, and (4) determine company's capability in providing the needed service. Pursuant to FAR Part 6 and FAR Part 19, competition and set-aside decisions may be based on the results of this research. This notice in no way obligates the Government to any further action. 2. Description The CECOM-LCMC Acquisition Contracting Center (ACC) is conducting a request for information to determine the existence of sources capable of providing field maintenance, technical services, materiel management & acquisition, database design, and analytical and technical documentation/publications support for the Command, Control, Communications, Computers, Intelligence, Surveillance and Reconnaissance (C4ISR) assets and suites of equipment installed on Army Watercraft System (AWS) vessels to include C4ISR equipment and all associated assets installed on AWS vessels positioned worldwide. 3. Background Information TACOM has consolidated support for AWS for Command, Control, Communications, Computers, Intelligence, Surveillance and Reconnaissance (C4ISR) assets and suites of equipment under the Communication Electronics Command (CECOM) - Integrated Logistics Support Center (ILSC). The current support structure has been in place for eight years and features centralized management of field support using uniformed processes. The database allows continued analyses to improve the readiness of the fleet, metrics for improvements, and serves as contractor knowledge base for resolution of incidents. Ongoing efforts and support include configuration management of C4ISR assets across the fleet, execution of a uniform, centralized maintenance support process to service these assets, expertise for Tactical Satellite Communications (TACSAT) and Communications Security (COMSEC), software and Information Assurance (IA), installation, testing and logistic/technical documentation support for Army Watercraft C4ISR Systems. 4. Capability Statement Objectives and Requirements A draft solicitation including a draft Statement of Work (SOW), is included with the Market Survey to assist in the development of information in response to this RFI. Interested parties are expected to review this notice and all of the attachments to become familiar with the requirement. The documents attached to this notice are subject to revision. If a solicitation is issued, all revised documents will be included in the solicitation package. Task Orders are expected to be issued on a competitive basis depending on specific sail or mission requirements. Period of performance is expected to be a five year contract. In order to facilitate industry's understanding of this requirement, the following documents are attached: 1. Draft Performance Based Statement of Work (PBSOW), 2. Incidents per year, 3. SIF Overview, and 4. C4ISR Personnel to asset certifications. Interested parties are requested to submit a capabilities statement of no more than twenty (20) pages in length. Capability statements shall address the following questions: a) What type of work has your company performed in the past in support of the same or similar requirements? b) Can or has your company managed a task of this nature? In your response, provide the specific technical skills your company possesses which ensure capability to perform the tasks. Provide details of a plan for ensuring the resultant contract would be staffed with qualified personnel. Staffing plan should address current hires available for assignment, possible subcontracting/team arrangements and strategy for recruiting and retaining qualified personnel. c) Can or has your company managed a team of subcontractors with the necessary skill sets per this draft PBSOW before? If so, please provide cite contracts and teaming arrangements. d) At award, will you have the required support structure in place with signed letters of commitment and be able to execute all assigned tasks or will you require preparatory time? e) Respondents to this notice also must indicate whether they are a large business or qualify as a Small, Small Disadvantaged, Women-Owned, Hub Zone or Service Disabled Veteran-Owned Small Business Concern. f) If you are a Small Business, provide an explanation of your company's ability to perform at least 50% of the tasking described in this PBSOW. g) Include a company profile to include number of employees, annual revenue history, office locations, DUNs number, etc. h) Provide comments regarding any unduly restrictive aspects of the PBSOW or Personnel Qualifications. The packages shall be submitted electronically to the Contract Specialist. Your response to this Pre-Solicitation Synopsis, including any capabilities statement shall be submitted electronically to the Contract Specialist-David Clark, and the Project Lead-John Huebner in Microsoft Word format, or Portable Document Format (PDF), at the following email address: john.t.huebner.civ@mail.mil and michael.j.murphy82.civ@mail.mil by 10 February 2017, 3 PM Eastern Time. There will be no exceptions to the established received by date and time. All data received in response to this Pre-Solicitation Synopsis, marked or designated as corporate or proprietary, will be fully protected from release outside the Government. The Government is not committed nor obligated to pay for the information provided, and no basis for claims against the Government shall arise as a result of a response to this Sources Sought Synopsis.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/35add142aa43245d65279391d2ab7cba)
 
Place of Performance
Address: This includes current and future C4ISR equipment, and all associated assets, installed on Army Watercraft., Systems to include vessels/platforms positioned worldwide., Aberdeen Proving Ground, Maryland, 21005, United States
Zip Code: 21005
 
Record
SN04381236-W 20170127/170125235018-35add142aa43245d65279391d2ab7cba (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.