Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF SEPTEMBER 06, 2024 SAM #8319
SOLICITATION NOTICE

R -- Unified Network Operations (UNO) / Multiple Award IDIQ (Part 2) under PEO C3T

Notice Date
9/4/2024 8:06:22 AM
 
Notice Type
Presolicitation
 
NAICS
541512 — Computer Systems Design Services
 
Contracting Office
W6QK ACC-APG ABERDEEN PROVING GROU MD 21005-1846 USA
 
ZIP Code
21005-1846
 
Solicitation Number
W15P7T-24-UNORFI3
 
Response Due
7/17/2024 9:00:00 AM
 
Archive Date
09/30/2024
 
Point of Contact
Renee J. Bayton, Megan Lamiotte
 
E-Mail Address
renee.j.bayton.civ@army.mil, megan.a.lamiotte.civ@army.mil
(renee.j.bayton.civ@army.mil, megan.a.lamiotte.civ@army.mil)
 
Description
UPDATE 8/26/24 Responses to the questions, recommendations, and request for clarifications has been posted via the Comment Resolution Matrix attachment. Approximately 30% of industry's questions and recommendations have resulted in a change to the Performance Work Statement (PWS) and Section L and Section M of the draft RFP.�The Government greatly appreciates the feedback industry has provided. Additionally, the teaming arrangement list has been updated and re-posted, dated 26 August 2024. The teaming arrangement from 15 August 2024 is hereby deleted. As previously stated, the Government does not endorse any of the companies listed in the attachment, nor will the Government have any role in any potential partnerships. UPDATE 8/15/24 PdM TCNO/ACC have received inquiries from companies seeking to partner with other companies for this requirement. In response to the inquiries, a question in the RFI for this posting asked whether respondents were interested in sharing their contact information for partnering opportunities. As a result of the query, attached is a list of Companies that are seeking to partner. The Government does not endorse any of the companies listed in the attachment, or partnerships. The Government will have no role in any potential partnerships that may ensue; partnering is not required or favored to participate for this requirement. This list was furnished to the Government at the request of the listed companies; it is in no way an endorsement or request that others partner with the listed companies. Additionally, we are continuing to work through industry's questions and recommendations. The Government anticipates posting responses to the Q&A in approximately 1-2 weeks. Thank you for your time and consideration - the Government appreciates the feedback. INTRODUCTION Army Contracting Command � Aberdeen Proving Grounds, Division B is releasing this Request for Information (RFI) on behalf of Program Executive Office Command, Control, and Communications Tactical (PEO C3T) / Project Manager Interoperability, Integration, and Services (PM I2S) / Product Manager Tactical Cyber and Network Operations (PdM TCNO). The purpose of this RFI is to obtain feedback from industry on the attached Draft RFP documents for PEO C3T�s Unified Network Operations (UNO) program, to continue its engagement with industry. The RFI contains the Draft Multiple Award Indefinite Delivery Indefinite Quantity (MA IDIQ) Base Performance Work Statement (PWS) and a Draft of the Base Section L and Section M, which contain the Government�s source selection and evaluation strategy. This RFI is open to all business types. CAPABILITY DESCRIPTION Unified Network Operations (UNO) is a critical component of the Army�s network modernization plan, unifying its tactical and enterprise networks into a single unified network. UNO provides a suite of Department of Defense Information Network Operations (DODINOPS) software (SW) applications that are interoperable, standards-based, and shared between the Integrated Enterprise Network (IEN) and Integrated Tactical Network (ITN). The overarching objective is to standardize DODINOPS tools, enhance simplicity, bridge critical gaps, and ensure affordability and agility in the face of emerging threats. ACCESS TO DRAFT DOCUMENTS Interested Offerors must have an active SAM account for access to the CUI documents. In order to gain access to the CUI documents, interested Offerors shall submit an email request to Ms. Christel Petrizzo, Contracting Officer Representative at christel.petrizzo.civ@army.mil.The subject line for the email shall read �W15P7T-24-UNORFI3 request for docs�. In the body of the email, the interested Offeror shall include the entity name and the CAGE/UEI. Once it has been confirmed that the interested Offeror has an active SAM account, the interested Offeror will be sent the documents, encrypted, via DoD SAFE. REQUESTED INFORMATION 1. Required Company Information� Organization Name: Address: NAICS code(s): CAGE Code: Unique Entity Identifier (UEI) DUNS Number: Point of Contact: 2. Please identify your company�s business size based on the primary North American Industrial Classification System (NAICS) code of 541512 Computer Systems Design Services. The Business Size for this NAICS code is $34 million. Other than Small Business Concern Small Business (SB) Concern 8(a) Small Disadvantaged Business (SDB) Woman-Owned Small Business Historically Underutilized Business Zone (HUBZone) Service-Disabled Veteran-Owned Small Business 4. Does your company have a current Facility Clearance (FCL)? If so, what is the highest FCL level your company currently has? 5. Would you be willing to provide your company information (i.e., POC name, title, and email address) to other offerors for possible teaming arrangements? *** Responses to this request are due no later than 17 July 2024 @ NOON Eastern Standard Time (EST). Responses to this notice may not be returned. *** Please submit your questions/responses to the following: Ms. Megan Lamiotte, Contracting Officer � megan.a.lamiotte.civ@army.mil Dr. Renee J. Bayton, Contract Specialist � renee.j.bayton.civ@army.mil Ms. Christel Petrizzo, Contracting Officer Representative � christel.petrizzo.civ@army.mil Failure to submit questions/responses to all of the individuals listed above may result in your submission being inadvertently missed. THIS IS NOT A NOTICE OF CONTRACT, AGREEMENT, OR TASK ORDER RFP ISSUANCE. This RFI is issued for the purpose of developing a viable solicitation that will best communicate the Government's requirements to industry through this exchange of information. Responses to this RFI are voluntary and will not affect any contractor's ability to submit a proposal if, or when, a solicitation is released. This RFI is for planning purposes only and does NOT constitute a commitment, implied or otherwise, that a procurement action will be issued. All submissions become Government property and will not be returned. The Government will make every effort to answer questions and provide responses but cannot guarantee that all questions will be answered before the RFI response submission deadline. Participation (or non-participation) in response to this RFI will not preclude any vendor from responding to future acquisitions, either individually or as part of a team. Marketing brochures and capability statements alone will not be considered adequate information in response to this RFI. Respondents are advised that the U.S. Government is under no obligation to provide feedback with respect to any information submitted. The Government reserves the right to hold one-on-one meetings, in person or virtually, with RFI respondents to review responses. The Government may or may not choose to interact with select respondents to perform market research. Such exchanges, should they occur, would be solely for the purpose of obtaining further clarification of industry�s potential capabilities, experiences, and perspectives. No entitlement to payment by the Government of direct or indirect costs or charges will arise because of the submission of information in response to this RFI. Proprietary information shall NOT be submitted in response to this RFI, nor will the Government be liable for or suffer any consequential damages for any improperly identified proprietary information. No award will be made because of this RFI. This RFI is for informational purposes only to promote exchanges of information with industry. The Government will not pay for any information and/or materials received in response to this RFI and is not obligated by the information received.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/39ebd3d91b1746c6bf7d9fb341f522d4/view)
 
Place of Performance
Address: Aberdeen Proving Ground, MD 21005, USA
Zip Code: 21005
Country: USA
 
Record
SN07197261-F 20240906/240904230113 (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 |
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.