SOURCES SOUGHT
19 -- Army Watercraft System (AWS) URGENT Support Services Sources Sought/Request for Informations - DRAFT PWS
- Notice Date
- 5/11/2018
- Notice Type
- Sources Sought
- NAICS
- 488390
— Other Support Activities for Water Transportation
- Contracting Office
- Department of the Army, Army Contracting Command, ACC - APG (W56JSR) Division E, 6565 Surveillance Loop, Building 6001, Aberdeen Proving Ground, Maryland, 21005-1846, United States
- ZIP Code
- 21005-1846
- Solicitation Number
- AWS_RFI_WS_URGENT_Support_Services
- Point of Contact
- Michael G. Sherick,
- E-Mail Address
-
michael.g.sherick.civ@mail.mil
(michael.g.sherick.civ@mail.mil)
- Small Business Set-Aside
- N/A
- Description
- DRAFT PWS 1.Introduction This Sources Sought/Request for Information (RFI) notice is for planning purposes only and is issued in accordance with FAR Provision 52.215-3 provided at: http://www.acquisition.gov/far/current/html/52_215.html#wp1144503. The issuance of this notice does not constitute any obligation on the part of the Government to procure these services or to issue a solicitation. Also, the Government is under no obligation to pay for information submitted in response to this RFI, and responses to this notice cannot be accepted as offers. Any information that the vendor considers proprietary should be marked as such. This announcement is a SOURCES SOUGHT NOTICE, REQUEST FOR INFORMATION ONLY. Pursuant to Federal Acquisition Regulation (FAR) Part 10 "Market Research." The purpose of this notice is to: (1) determine if sources capable of satisfying the agency's requirements exist, (2) determine if commercial services suitable to meet the agency's needs are available, and (3) determine company's capability in providing the needed services. Pursuant to FAR Part 6 "Competition Requirements;" and FAR Part 19 "Small Business Programs;" competition and set-aside decisions may be based on the results of this research. Additionally, this request is for planning purposes, and shall not be construed as a solicitation announcement, invitation for bids, request for proposals, request for quotes, or an indication that the government will contract for the items contained in this notice. Interested contractors are invited to respond to the questions outlined in section four. The government will not reimburse respondents for any cost associated with the submission of the information being requested or reimburse expenses incurred to the interested parties for responses. 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 statement of objectives. Interested parties are responsible to adequately mark proprietary, restricted or competition sensitive information contained in their response accordingly. 2.Description The Communication Electronics Command (CECOM) Acquisition Contracting Center (ACC) is conducting a sources sought/request for information to discover sources capable of providing URGENT support services. The support services are associated with field maintenance, technical services, materiel management & acquisition, database design, and analytical and technical documentation/publications support for Command, Control, Communications, Computers, Intelligence, Surveillance and Reconnaissance (C4ISR) assets and suites of equipment installed on Army Watercraft System (AWS) vessels and platforms. The assets and equipment include C4ISR items installed on AWS vessels positioned worldwide. 3.Background Consolidated support for AWS C4ISR assets and suites of equipment under CECOM support structure has been in place since 2008 and features centralized management of field support using uniformed processes and continued analyses to improve the readiness of the AWS fleet. A key element of the centralized-management approach is the use of the Army's single interface to the field (SIF) database. The SIF database allows continued analyses to improve the readiness of the fleet, metrics for improvements, and serves as a contractor knowledge base for resolution of incidents. Ongoing efforts and support include configuration management of C4ISR assets across the fleet and the execution of a uniform, centralized maintenance support process to service these assets. 4.Information Requested The Government seeks information regarding corporate capabilities and experience associated with providing support services related to field maintenance, technical services, materiel management & acquisition, database design, and analytical and technical documentation/publications support for C4ISR assets and suites of equipment installed on Army Watercraft System (AWS) vessels and platforms, worldwide. IMPORTANT NOTE: The information sought via this market research effort pertains to the Government's desire to satisfy an Army need on an URGENT expedited basis potentially. Only sources capable of providing all support services by the 1st of June 2018 and ready to execute CONUS incident resolution tasks within 10 days plus OCONUS incident resolution tasks within 20 days from the 1st of June 2018 should respond. Specifically, the Government is interested in the following information: I.Company name; address; CAGE Code and DUNS; POC name, phone, email. II.Please provide a brief explanation pertaining to the execution plan for implementing incident resolution tasks within 10 days CONUS and 20 days OCONUS, starting on June 1, 2018. Please see the DRAFT PWS for full incident resolution details, attachment 01. III.If a small business, please identify the company's small business size standard. IV.What type of work has your company performed in the past in support of the same or similar requirements? See attachment 01 Draft PWS for full requirement details. V.Please provide the company's technical capabilities. VI.Please provide a brief explanation pertaining to the company's staffing plan to comply with the Army's URGENT need. 5.Response Submittal Instructions Participation in response to this RFI will not preclude any vendor from responding to future acquisitions, either individually or as part of a team. Limit responses to a total page limit of ten (10) pages. Marketing brochures will not be considered adequate information in response to this RFI. The font shall be Times New Roman and no smaller than 10pt with at least a one-inch margin. Please submit your responses electronically by 3:30 eastern standard time 15 May 2018 to Mike Sherick at michael.g.sherick.civ@mail.mil in a Microsoft Word compatible file. The electronic submission subject line must read: RFI_SSA _WS_URGENT_Support_Services_CompanyName. Attachment 01: Draft PWS
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/3fabb05b457cf5d3075277ed79dd97c2)
- Record
- SN04919642-W 20180513/180511230757-3fabb05b457cf5d3075277ed79dd97c2 (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 |