SOURCES SOUGHT
70 -- FIPS 140-2 Compliant Software Support License and Maintenance
- Notice Date
- 12/9/2021 11:36:23 AM
- Notice Type
- Sources Sought
- NAICS
- 541519
— Other Computer Related Services
- Contracting Office
- W4MM USA JOINT MUNITIONS CMD ROCK ISLAND IL 61299-5000 USA
- ZIP Code
- 61299-5000
- Solicitation Number
- PANROC21P0000000622
- Response Due
- 12/17/2021 8:00:00 AM
- Archive Date
- 01/01/2022
- Point of Contact
- Luke Bieber
- E-Mail Address
-
luke.c.bieber.civ@army.mil
(luke.c.bieber.civ@army.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- This is a Request for Information (RFI) to receive updated data on potential active certified small business sources that can provide Federal Processing Standards (FIPS) 140-2 compliant Program License maintenance and support for the Product Manager, Global Combat Support System-Army (PM GCSS-Army). Do not submit a proposal or quote.� After reviewing the description of requirements, interested and capable contractors are invited to provide responses to the following questions.� Responses should follow this format and be submitted electronically as one complete document.� This RFI is for informational purposes only and is not to be construed as a commitment by the Government to procure any items/services, or for the Government to pay for the information received.� No reimbursement will be made for any costs associated with providing information in response to this RFI or any follow-up information request. The highest level of facility clearance required for the performance of this effort is: NONE This announcement is in support of market research performed by the Army Contracting Command � Rock Island (ACC�RI) to determine small business interest and capability. Services include dedicated, on-site support in the following areas: Program License FIPS Documentation Licensing Terms: Perpetual and Royalty Free Program Name: Global Combat Support System� Number of Developers with access to source code: 5 Addition of Operating Environment to FIPS Certificate� Operating Environments:��������������������������������������� -OS: Windows - MCU/CHIP: 64 bit Intel Premium support- bug fixes, security updates, commercial updates, how-to questions, optimization questions, email or phone support, dedicated support engineer, 4 business-hour response time The mission of the awardee will be to provide the PM GCSS-Army with a full suite of functional and technical capabilities necessary to support the fielding and sustainment of automated system product lines. The awardee must be capable of encrypting computer workstations to server network communications. The Government anticipates a Firm-Fixed-Price contract. 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 applicable NAICS Code 541519 - Other Computer Related Services.� Additionally, please identify any other socio-economic categories for which your company qualifies.� The Small Business Size Standard for this NAICS code is $27.5M.� The exception under NAICS Code 541519 for Information Technology Value Added Resellers does not apply to this effort. �For more information refer to http://www.sba.gov/content/table-small-business-size-standards. 3. If you identify your company as an active small business company and you are capable of providing the required services as described below, is your company interested in a prime contract PM GCSS-Army? 4. Under the current Small Business recertification regulations, do you anticipate your company remaining a small business under NAICS Code 541519 - Other Computed Related Services? a. What percentage of this requirement do you plan to perform in house (not sub-contract out)? Also indicate (with supporting rationale) if/how your company would be compliant given the restrictions identified in the Defense Authorization Bill 2013, which states that at least 50 percent of the total contract cost will be performed by the small business prime contractor or small business similar situated entities. 5. Please provide details regarding proposed joint ventures, teaming arrangements, strategic alliances, or other business arrangements that pertain to the requirements.� Offerors are encouraged to identify teams, indicating each team member's size status based upon the NAICS code of the work that the team member may be doing.� Please list the process used in selecting the teaming members. 6. Interested companies may also provide a White Paper describing how its services and technical expertise could produce and deliver such capabilities as described in the requirements.� Also, identify your company's past and current customers to which you provided similar support services, including any Government contract numbers, a customer/company name and point of contact, phone number and address/e-mail where they can be contacted.� White papers and other submitted information as requested above will be reviewed by Government personnel only.� White papers shall be no more than five (5) pages in length.� A page is defined as each face of an 8.5 x 11 inch sheet of paper containing information.� When both sides of a sheet display printed material, it shall be counted as two pages.� Pages shall be single spaced with 1.5 line spacing.� The text size shall be no less than 12 point with at least 1 inch margins on the top and bottom and 3/4-inch side margins. SUBMISSION INSTRUCTIONS: All information should be provided via electronic mail to Luke C. Bieber Contract Specialist: luke.c.bieber.civ@army.mil.civ, no later than 1000 Central Time, 17 December 2021.� Any information submitted by respondents to this sources sought notice is voluntary and at no cost to the Government.� This information will help the Government form its acquisition strategy.� No solicitation exists; therefore, do not request a copy of a solicitation.� Please be advised that all correspondence sent shall contain a subject line that reads ""W52P1J-21-R-0622 Request for Information Response�.�� Marketing brochures will not be considered adequate information in response to this RFI. Contracting Office Address: Army Contracting Command � Rock Island 3055 Rodman Avenue Rock Island, Illinois 61299-8000 United States Place of Performance: Fort Lee, Virginia 23801 United States Primary Point of Contact:��������������������������������������� Luke C. Bieber, Contract Specialist Luke.c.bieber.civ@army.mil �����������������������������������
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/20f0b7587ec243ed8a8078c93aadfef0/view)
- Place of Performance
- Address: Fort Lee, VA 23801, USA
- Zip Code: 23801
- Country: USA
- Zip Code: 23801
- Record
- SN06195402-F 20211211/211210201447 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |