Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF NOVEMBER 19, 2017 FBO #5840
SPECIAL NOTICE

C -- Request for Information (RFI)--Specialized Expertise for Cyber and Test & Evaluation Support (SECTES)

Notice Date
11/17/2017
 
Notice Type
Special Notice
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of the Army, Army Contracting Command, ACC - Orlando (W900KK), 12211 Science Drive, Orlando, Florida, 32826-3224, United States
 
ZIP Code
32826-3224
 
Solicitation Number
W900KK-SECTES-RFI
 
Archive Date
12/15/2017
 
Point of Contact
Sabrina D. Moore, Phone: 4072083293, Adana P. Quanshau, Phone: 4072083210
 
E-Mail Address
sabrina.d.moore2.civ@mail.mil, adana.p.quanshau.civ@mail.mil
(sabrina.d.moore2.civ@mail.mil, adana.p.quanshau.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
TITLE: Specialized Expertise for Cyber and Test & Evaluation Support (SECTES) Request for Information (RFI) Purpose: The purpose of this Request for Information (RFI) is to obtain information and solicit industry comment in anticipation of a future competitive solicitation for the Specialized Expertise for Cyber and Test & Evaluation Support (SECTES) program. Brief Summary: The U.S. Army Contracting Command - Orlando (ACC-Orlando) in support of the U.S. Army Program Executive Office for Simulation, Training and Instrumentation (PEO STRI), Project Manager for Instrumentation, Targets, and Threat Simulators and Special Operations Forces Training Systems (PM ITTS) Instrumentation Management Office (IMO) is performing research to gather information and feedback from interested sources for a new contract supporting the current and future objectives of the Instrumentation Management Office. This support extends to its Test and Evaluation (T&E) customers, including, but not limited to Army Test and Evaluation Command (ATEC), and the Office of the Secretary of Defense Test Resource Management Center (TRMC). Program Description: PM ITTS IMO has a requirement to develop, procure, integrate, and field major and minor test instrumentation systems in support of developmental and operational military systems testing conducted at Major Range and Test Facility Base sites. The SECTES effort will enable PM ITTS IMO to procure services that will provide subject matter expertise to perform complex Cyber and Test and Evaluation (T&E) tasks supporting integration of new technologies in order to provide superior capabilities for the Warfighter. The services provided in support of SECTES will assist the Instrumentation Management Office in designing and developing Cyber related processes and systems to strengthen Major Range and Test Facility Base sites. The program support required must also keep pace with current technology advancements benefiting DOD Cyber and T&E investments. PM ITTS IMO is seeking information to determine whether small businesses are capable and interested in participating in this effort. Information Sought. Has your Company performed this type of effort or similar type effort in the past? If so, provide Contract Number, and a brief description of your direct support of the effort. Describe your capabilities with regard to lifecycle tasks associated with Cyber, T&E, test instrumentation, and related technologies. If your company currently or in the past supported T&E related efforts of ATEC, TRMC, White Sands Missile Range, Aberdeen Test Center, Yuma Test Center, Electronic Proving Ground or other test centers, please provide information describing your company's current or past efforts. Please provide your NAICS code(s). Acquisition Approach: The Government is exploring a range of acquisition strategies and plans to utilize the information gained from responses to this RFI to help further shape the acquisition strategy. The contract type for this effort has not yet been determined. Response Requested: The Government is requesting White Paper responses. Responses shall be in Microsoft Word format and are limited to five (5) pages, excluding the cover page, single -spaced, 8.5 inch x 11 inch paper size, and the font shall be Times New Roman with a minimum size of 12 point. The Government will not review any pages beyond the 5-page limit. If your submittal contains company proprietary information it should be marked accordingly. If your submission contains unclassified but sensitive information it should be properly labeled, handled, and transmitted in accordance with the National Industrial Security Program Operating Manual (NISPOM). Classified responses are not desired and will not be reviewed. Submissions to this RFI will not be returned. Respondents shall not be obligated to provide the services described herein and it is understood by the United States Government that the cost estimates provided as a result of this request are "best" estimates only. The response date for this RFI is no later than 12:00 PM Eastern Standard Time (EST) November 30, 2017. All responses to this RFI must be submitted via email to the following individuals: adana.p.quanshau.civ@mail.mil and sabrina.d.moore2.civ@mail.mil. Please submit the following along with your response: Your company name, address, POC, email addresses, phone, and the company's web page (if applicable); CAGE Code, DUNS number, and Place of Performance Address Point of contact, including: name, title, phone, and email address Size of company, average annual revenue for the past three years, and number of employees Whether the business is classified as a Large Business, Small Business (including Alaska Native Corporations (ANCs) and Indian tribes), Veteran-Owned Small Business, Service-Disabled Veteran-Owned Small Business, HUBZone Small Business, Small Disadvantaged Business (including ANCs and Indian tribes), or Women-Owned Small Business Company capabilities and experience relative to the capabilities and requested information provided above Respondents may recommend a different NAICS code than that identified under this document. Disclaimer: THIS IS A REQUEST FOR INFORMATION (RFI) ONLY - This RFI is issued solely for information and planning purposes - it does not constitute a Request for Proposal (RFP) or a promise to issue an RFP in the future. Solicitations are not available at this time. Requests for a solicitation will not receive a response. This notice does not constitute a commitment by the United States Government to contract for any supply or service whatsoever. All information submitted in response to this announcement is voluntary; the United States Government will not pay for information requested nor will it compensate any respondent for any cost incurred in developing information provided to the United States Government. Not responding to this RFI does not preclude participation in any future RFP, if any is issued. If a solicitation is released, it will be synopsized on the Army Single Face to Industry (ASFI). It is the responsibility of the potential offerors to monitor this site for additional information pertaining to this requirement. CONTRACTS POINT OF CONTACT: Contract Specialists - Adana Quanshau, Adana.p.quanshau.civ@mail.mil, (407) 208-3210 and Sabrina Moore (Bree), sabrina.d.moore2.civ@mail.mil, (407) 208-3293. TECHNICAL POINT OF CONTACT: Primary - Kyle Platt, kyle.i.platt.civ@mail.mil, (407) 384-5232 Secondary - William Pope, william.t.pope.ctr@mail.mil, (407) 208-3078.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/739ebc6c976fa159259efec9ef9b4a65)
 
Record
SN04744334-W 20171119/171117231308-739ebc6c976fa159259efec9ef9b4a65 (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.