The RFP Database
New business relationships start here

oint Warfighter Inter-base Telecommunication Network (JWITN)


Arizona, United States
Government : Military
RFP
Go to the link
This document has expired, therefore the above link may no longer work.

SOURCES SOUGHT TECHNICAL DESCRIPTION FOR SERVICES

INTRODUCTION


ACC-APG, Huachuca Division is conducting market research to identify potential sources to respond to this request for information notice. Prospective contractors shall be registered in the System for Award Management (SAM) prior to award of a contract. Contractors are encouraged to obtain further information on SAM registration at the following website: https://www.sam.gov/portal/public/SAM.


The purpose of this synopsis is a means of conducting market research to gain knowledge of interest, capabilities, socio-economic information, and qualifications of members of the business community who can support the United States Army Signal Activity Okinawa (USASA-O), 78th Signal Battalion, and 516th Signal Brigade. Services will support the Joint Warfighter Inter-base Telecommunication Network (JWITN). The intention is to procure these services on a competitive basis.


DISCLAIMER


"THIS SOURCES SOUGHT 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 SOURCES SOUGHT SYNOPSIS. The purpose of this synopsis is to gain knowledge of interest, capabilities, and qualifications of contractors who can support this requirement. Responses to this sources sought synopsis will be used by the Government to make appropriate determinations about potential sources. No funds are available to pay for preparation of responses to this announcement. This request shall not be construed as a commitment by the government. No reimbursement will be made for any costs associated with providing information in response to this notice. NOTE: The Government is under no obligation to award a contract as a result of this announcement. All information submitted by respondents to this Sources Sought Request is strictly voluntary. The Government will use responses to make appropriate acquisition decisions. This is a market survey for information only. 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-Wide Point of Entry (GPE). It is the responsibility of potential offerors to monitor the GPE for additional information pertaining to this requirement."


PROGRAM BACKGROUND -


The JWITN is the backbone digital transmission network for the Global Information Grid (GIG) on Okinawa, and consists of 18 sites and 19 communication links as listed in Attachment 1 of this PWS. The 14 fiber optic links and five digital microwave radio links that comprise the JWITN provide inter-base Defense Information Infrastructure (DII) connectivity for all U.S. military bases on Okinawa at the direction and guidance of the Defense Information Systems Agency (DISA).


The United States Government (USG) shall provide oversight of all engineering services and support that the Contractor may provide as a special project in support of JWITN. Periodically, when the USG upgrades portions of the JWITN and, during such time, the USG may provide New Equipment Training when offered by the Project Management Office (PMO). The USG also will provide engineering installation plans (EIP), updated network drawings, and logistic support plans (LSP) when new equipment fielding's are provided by the PMO.


REQUIRED CAPABILITIES: The Contractor shall provide Non-Personal support in support of JWITN as specified in the uploaded Draft PWS titled - "Performance Work Statement (PWS) Joint Warfighter Interbase Telecommunications Network". PWS referenced Attachments 1 through 5 and Technical Exhibit I have also, been uploaded.


If your organization has the potential to perform these contract services, outlined in the Draft PWS, please provide a Capability Statement and all applicable information requested below.


a. Organization name, address, email address, Web site address, telephone number, and size and type of ownership for the organization


b. Tailor capability statement to address the particulars of this effort, with appropriate documentation supporting claims of organizational and staff capability. Your capability
statement should address relevant past performance history and the following:


• Provide a brief description of recent services provided for the same or similar services defined in the draft Performance Work Statement (recent services, meaning services that are currently ongoing, or occurred, or were completed within the last three years).


• Can or has your company managed services of this nature? If so, please provided details.
• Provide potential risks to technical, schedule and cost elements of the draft PWS.
• Identify PWS requirements that may impact cost.
• Identify specific experience in administrative, professional, scientific, and technical positions in a service environment to meet performance specifications similar to those identified in the draft PWS.
• Identify special capabilities that will enhance the company's ability to meet the Government's requirements.
• Provide relevant samples of a quality control (QC) system to accomplish QC efforts that support the draft PWS requirements.
• Can or has your company managed a team of subcontractors before? If, so, provide details.
• Provide a statement including current small/large business status and company profile to include number of employees, annual revenue history, office locations, DUNs number, etc. Please note that under a Small-Business Set-Aside, in accordance with FAR 52.219-14, the small business prime must perform at least 50% of the work themselves in terms of the cost of performance. Provide an explanation of your company's ability to perform at least 50% of the tasking described for the base period as well as the option periods.
• Respondents to this notice also must indicate whether they qualify as a Small, Small Disadvantaged, Women-Owned, HUBZone, or Service Disabled Veteran-Owned Small Business Concern.
• Responding companies should demonstrate the willingness and capability to provide the services identified in this Sources Sought to help the Government determine prospective contractors.
If significant subcontracting or teaming is anticipated in order to deliver technical capability, organizations should address the administrative and management structure of such arrangements.


The Government will evaluate market information to ascertain potential market capacity to:


a. provide services consistent, in scope and scale, with those described in this notice and otherwise anticipated


b. secure and apply the full range of corporate financial, human capital, and technical resources required to successfully perform similar requirements;


c. implement a successful project management plan that includes: compliance with tight program schedules; cost containment; meeting and tracking performance; hiring and retention of key personnel and risk mitigation;


d. provide services under a performance based service acquisition contract.


SPECIAL REQUIREMENTS: Contractor personnel shall have the Technical Qualifications listed in PWS Section 1.3.3 Contractor Personnel Technical Qualifications. Contractor personnel shall meet IT Levels, security clearance requirements, personnel security and fitness determinations/suitability/trustworthiness investigation requirements, and IA/CE certification requirements for work to be performed under this contract as reflected by Functional Category in Table 1 (Information Technology and IA Certification Requirements Table) of this PWS.


ELIGIBILITY: The anticipated procurement North American Industry Classification System (NAICS) Code is 517919; All Other Telecommunications, with a size standard of $32.5. The Government anticipates that this effort will be structured with a base year to include a Phase-In period of thirty (30) days with four one-year option periods. The anticipated contract type is a single award Contract with Firm-Fixed-Fee Labor and "Other Than Direct" - "ODCs" - "COST" Contract Line Item Numbers (CLINs) and corresponding Subline Item Numbers (SLINs). Business of all sizes are encouraged to respond; however, each respondent must clearly identify their business size in their capability statement.


ADDITIONAL INFORMATION AND SUBMISSION DETAILS (CAPABILITIES STATEMENT)


The Government requests that the following information be provided in addition to your Capability Statement and Qualification Statement.


Please include the advantages and disadvantages of each item as well as any impact to proposed cost/price of technical solution if applicable.


1. Comments on the appropriateness of the anticipated NAICS code.


2. Comments on the appropriateness of the anticipated contract type i.e. single award versus multiple award ID/IQ


3. Comments on the appropriateness of the anticipated Firm Fixed Price Labor with Cost ODC's.


4. Comments on the appropriateness of the anticipated contract length of five (5) year - One (1) Base Year with thirty (30) days phase-in period and Four (4) one year Option periods.


5. Uploaded Draft requirement PWS with attachments. Please provide any comments on the PWS as a separate document. This information will not be included in the page count.


6. Uploaded Draft DD254. Please provide any comments on the PWS as a separate document. This information will not be included in the page count.


Interested parties who believe they have the capability of providing the required services as defined in the draft PWS are invited to submit a Capability Statement and Qualification Statement, including the above information. Your response to this request for information shall not exceed (15) fifteen pages total. The response shall consist of no more than five (5) pages for Capability Statement and no more than ten (10) pages for Qualification Statements. Responses shall be submitted in MS Word format, single-spaced, Times New Roman, 12 point font; 10 point font for graphics; margins shall be no less than one-inch.
All data received in response to this Sources Sought Technical Description for Services that is marked or designated as corporate or proprietary will be fully protected from any release outside the Government.


All questions on the Draft PWS and Draft DD Form 254 must be submitted to the Contract Specialist identified below in writing. No phone calls will be accepted. The Government will post responses to Industries questions on the Draft PWS, and Draft DD Form 254 on Government-Wide Point of Entry (GPE). Individual responses will not be provided and no phone calls will be accepted.


Comments received on the appropriateness of the anticipated NAICS code, anticipated contract type, CLIN structure - Firm Fixed Price "Labor -"CLIN" and "COST" ODC's", and the appropriateness of anticipated contract length will not be posted.


Please send information via e-mail to Ms.Wendy S. Alameda-Clark at wendy.s.alameda-clark.civ@mail.mil and Contracting Officer, Ms. Elizabeth (Chrissy) Woodson at elizabeth.c.woodson.civ@mail.mil by 1 June 2017; 1300 hours Mountain Standard (MST) time .


Contracting Office Address:
ACC-APG, Huachuca Division, Bldg 61801, Room 2637, Fort Huachuca, Az 85613-7070


Additional Info:


We reiterate, this announcement is not a request for proposals nor is the technical capability statement to be a proposal. No reimbursement will be made for any costs associated with providing information in response to this synopsis or any follow-up information requests.


Note: Only the stated reference material listed within this synopsis will be made available to industry at this time.


 


 


 


 


 


Wendy S. Alameda-Clark, Contract Specialist, Phone 5205388890, Email wendy.s.alameda-clark.civ@mail.mil - Elizabeth C Woodson, Contracting Officer, Phone 5205385895, Email elizabeth.c.woodson.civ@mail.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP