SPECIAL NOTICE
D -- RFI-W91RUS22R0084-Redstone Information Technology (IT) Services Central Region Network Enterprise Center (RNEC) Redstone Arsenal, Alabama
- Notice Date
- 5/4/2022 8:55:02 AM
- Notice Type
- Special Notice
- NAICS
- 541513
— Computer Facilities Management Services
- Contracting Office
- DEPT OF THE ARMY
- ZIP Code
- 00000
- Solicitation Number
- W91RUS22R0084
- Response Due
- 5/23/2022 12:00:00 PM
- Archive Date
- 06/23/2022
- Point of Contact
- JADIE L. SHERICK, Phone: 520-533-1477, Adelina J. Kostur, Phone: 520-234-6607
- E-Mail Address
-
jadie.l.sherick.civ@army.mil, adelina.j.kostur.civ@army.mil
(jadie.l.sherick.civ@army.mil, adelina.j.kostur.civ@army.mil)
- Small Business Set-Aside
- 8A 8(a) Set-Aside (FAR 19.8)
- Description
- PURPOSE: ACC- APG, Huachuca Division is conducting market research to identify the availability of potential sources to provide non-personal Information Technology (IT) services required by the Regional Network Enterprise Center Central (RNECC) located on Redstone Arsenal, Alabama (RSA), Local Network Enterprise Center (LNEC) Detroit Arsenal, Michigan (DTA), LNEC Rock Island Arsenal, Illinois (RIA);� and classified operational support to Anniston Army Depot, Alabama (ANAD), Iowa Army Ammunitions Plant (IAAAP), and Pine Bluff Arkansas (PBA). This RFI is a means to gain knowledge of interest, capabilities, socio-economic information, and qualifications of members in the business community who can support this requirement. DISCLAIMER: �THIS RFI �IS FOR INFORMATIONAL PURPOSES ONLY. THIS IS NOT A �REQUEST FOR PROPOSAL (RFP)�.� This request does not constitute a solicitation. NO CONTRACT WILL BE AWARDED FROM THIS RFI. This is not a request for proposal (RFP). It does not constitute a solicitation and shall not be construed as a commitment by the government.� Responses to this sources sought synopsis will be used by the Government to make appropriate determination about potential sources and to inform the acquisition planning of this procurement only. The Government is under no obligations to award a contract because of this announcement. No funds are available to pay for preparation of responses to this announcement. Any information submitted by responsible by respondents to this technical description is strictly voluntary. Responses will not be returned to the responder. Not responding to this notice does not preclude participation in any future Request for Proposal (RFP), if any is issued. If a solicitation is released, it will be synopsized on the Government Side Point of Entry (GPE).� It is the responsibility of potential Offerors to monitor the GPE for additional Information pertaining to this requirement. �Requirement Summary: The Government is currently in the planning phase of the re-compete for contract W91RUS21C0016 for non-personal Information Technology (IT) services required by the Regional Network Enterprise Center Central (RNECC) located on Redstone Arsenal, Alabama (RSA), Local Network Enterprise Center (LNEC) Detroit Arsenal, Michigan (DTA), LNEC Rock Island Arsenal, Illinois (RIA);� and classified operational support to Anniston Army Depot, Alabama (ANAD), Iowa Army Ammunitions Plant (IAAAP), and Pine Bluff Arkansas (PBA). Small Business Participation: All support services will be performed in CONUS.� However, the Contracting Officer has determined that subcontracting opportunities do exist for this requirement and that small businesses should be afforded the maximum practicable opportunity to participate. NAICS and PSC: The applicable NAICS code for this requirement 541513 with a Small Business Size Standard of $30. Million. The Product Service Code is DD01. Anticipated Solicitation Methodology- The following information in this section is subject to change based on the Market Research and other acquisition planning factors and is being provided for the benefit of industry in deciding interest and capability to perform this requirement. Reference the attached DRAFT Performance Work Statement (PWS) and DD Form 254.� **NOTE** PWS is in Draft status and is subject to change. a. Draft PWS b. DD FORM 254 c. DD FORM 254 CONTIGENCY The solicitation will utilize the competitive procedures described in FAR Part 15. A single ""C� contract is anticipated 1. Period of Performance: Phase in/Phase Out 2 months Base Year: 10 months Option Year One: 12 Months Option Year Two: 12 months Option Year Three: 12 months Option Year Four: 12 months 1. The contract Award will be made based on the best value, overall trade off proposal that is determined to be the most beneficial to the Government, with appropriate consideration given to the evaluation factor of Mission Support. Historical: CLIN STRUCTURE IS AS FOLLOWS: Base Year Direct RNEC Labor FFP Base Year RNEC Reimbursed Labor� FFP Base Year Overtime Direct RNEC Support Labor Cost Base Year Overtime Direct Reimbursed RNEC Support Labor Cost Base Year Travel Direct� RNEC Support Labor Cost Optional Travel Reimbursable Cost Service Contract Recording-FFP The current services are performed under contract W91RUS21C0016 which expires on 14 February 2023. The Government anticipate utilizing the full 6 months extension of services under clause 52.217-8. Target award for replacement contract is on or before 01 April 2023. Market Research Goals-The goals of this Market Research include: Increase competition at the prime and subcontracting level in order to achieve lower costs, better quality, and additional sources to fulfill Warfighter needs. Understand alternates solutions available in the marketplace that could influence the selection of evaluation factors, contracting and source selection methods, and amount and type of requested proposal information. Understand market conditions that would be affected by the passage of time and other variables (i.e, changes in supply or demand, technology, laws, and supplier costs), sources, and capability to support the requirements and acquisition strategy. Identify the size, capability and status of potential Contractors to satisfy the Government�s mandate to support socioeconomic programs or solicit on an unrestricted basis. Assess the competitiveness of the market. Identify customary practices to mitigate technical, performance schedule and cost risk associated with the requirement. Identify the requirement of any laws and regulations unique to the item being procured.� Identify benchmarks to track progress during contract performance. Request for Information (RFI). ACC is seeking the following detailed information to assist in making various acquisition decision that may be used to refine the requirement, develop the acquisition strategy/plan, solicitation, terms and conditions, and evaluation criteria for source selection. Industry Capability Describe your ability to meet the complete requirements of the Draft PWS How do you envision staffing the contract? What is your approach to managing the contract (site leads, local support, etc)? What is your company�s capture rate for incumbent staff? How does the company recruit and retain qualified personnel for an overseas location?� What is the company�s retention rate? Describe what quality control measures your company has in place to meet the requirements for deliverables in the PWS as they relate to quality of service and schedule. Explain your company�s experience with direct support to an Army Enterprise Data Center. Explain your company�s experience with direct support to the Army�s Regionalization effort. Performance Requirements What forces might drive up prices in the near future (e.g.strikes, labor shortages, energy shortages, raw material shortages, etc) Describe the quality and thoroughness of the Government�s PWS to include suggestions for improvement before contract solicitation. Is there sufficient information in the PWS to understand magnitude and accurately propose FTEs? Identify any recommended strategies to address changes in direct labor rates over the life of the contract. Business Arrangements Identify customary practices to mitigate technical, performance, schedule and cost risk associated with the requirement. Identify your recommended proposal discriminators/evaluation factors. Identify your recommended CLIN structure and the reason why. Identify your recommended cost control measures and the reason why. �Past Performance What type, size, and length of contracts has the company held as a Prime?� Were options years involved and executed?� Does your company have past experience related to this requirement? � ��Submission Details-Interested parties are requested to submit a capabilities statement of no more than (10) pages in length in Arial font, 12 pitch. Identify that your business is an 8(a) and provide the company CAGE code, DUNS number and Unique Entity Identifier. The deadline for response is 15 calendar days from release of this RFI, which is COB 23 May 2022. All responses under this RFI must be e-mailed to the Contracting Officer, Regan T. Alexander at regan.t.alexander.civ@army.mil and the Contract Specialist, Adelina J. Kostur at Adelina.j.kostur.civ@army.mil, in either Microsoft Word or Portable Document Format (PDF).� No phone calls will be accepted.� All data received in response to this RFI is designated as proprietary information and will be fully protected from any release outside the Government.� The sharing of your time and expertise to assist us with this acquisition is truly appreciated.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/21e1ca8f3f464af2957f4c3d2aa6d632/view)
- Place of Performance
- Address: Redstone Arsenal, AL 35898, USA
- Zip Code: 35898
- Country: USA
- Zip Code: 35898
- Record
- SN06316675-F 20220506/220504230108 (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 |