Search Contract Opportunities

United States Army 30th Signal Battalion Network Enterprise Center (NEC) Army Information Technology Portfolio (AITP) Support on Kwajalein Atoll

ID: KWAJALEIN • Type: Sources Sought

Description

Notice Type: SOURCES SOUGHT REQUEST FOR INFORMATION.

THIS IS A SOURCES SOUGHT REQUEST FOR INFORMATION ONLY AS DEFINED IN FAR 15.201(e). THE PURPOSE OF THIS NOTICE IS SOLELY FOR INFORMATION AND PLANNING PURPOSES - IT DOES NOT CONSTITUTE A REQUEST FOR PROPOSAL (RFP) OR A PROMISE TO ISSUE AN RFP IN THE FUTURE. THIS ANNOUNCEMENT IS ISSUED IN SUPPORT OF MARKET RESEARCH, TO GATHER INFORMATION, AND TO IDENTIFY POTENTIAL SOURCES.

A. STATEMENT OF NEED

Synopsis:

The U.S. Army Materiel Command (AMC) Army Contracting Command Aberdeen Proving Ground (ACC-APG), Huachuca Division issues this sources sought for the 30th Signal Battalion Network Enterprise Center, which is assigned to the 516th Signal Brigade, 311th Signal Command (Theater), U.S. Army Network Enterprise Technology Command (NETCOM), to provide Army Information Technology Portfolio (AITP) Support on U.S. Army Garrison Kwajalein Atoll (USAG-KA), for information and planning purposes only. This notice is not a Request for Proposal/Quote or Bid. This sources sought is a market research tool to gain knowledge of potential qualified sources which will be used for planning purposes and to determine if potential sources exist to support the requirement. This information is not to be interpreted as a commitment by the Government. Participation in this effort is strictly voluntary with no cost or obligation to be incurred by the Government.

The draft Performance Work Statement (PWS) is being provided and is a draft only. Other significant changes may occur within this draft PWS.

Location/Demographics

Kwajalein Atoll is approximately 2,100 nautical miles west-southwest of Hawaii; it is a crescent loop of coral islands enclosing the world's largest lagoon (1,100 square miles). The atoll is 75 miles from Kwajalein Island (on the south reef) to Ebadon Island (northwest corner) and 15 miles west/east (at the widest point). The U.S. Government leases 11 of the atoll's islands from the Republic of the Marshall Islands. Kwajalein Island is home to approximately 1,500 people and its population is a mix of DoD active duty (AD) personnel, Department of Army civilian (DAC) employees, and DoD contractor personnel and their family members. Roi-Namur Island is 50 miles north of Kwajalein Island and is home to approximately100 unaccompanied DoD contractor personnel. Ebeye Island is 5 miles north of Kwajalein Island and is home to approximately 15,000 local nationals.

Travel

Kwajalein is a remote location with limited travel options. Currently, only the U.S. Air Force Air Mobility Command and United Airlines service Kwajalein Atoll (both options require travel through Hawaii). The minimum travel time from the Continental United States (CONUS) is two days. Of note, the remote location increases the transportation costs and lengthens supply chain operations.

Corrosive Environment

Kwajalein Atoll is one of the most highly corrosive environments in the world. The salt content of the ocean and salt spray causes most metals (including stainless steel) to begin to oxidize within a matter of weeks. This environment results in a significant cost consideration as equipment refreshment rate and maintenance costs are substantial.

Host Nation Infrastructure

The Republic of the Marshall Islands (RMI) is a developing nation. The neighboring islands do not have adequate infrastructure to support the population currently residing on Kwajalein Island. Local and third country nationals reside on Ebeye Island and must transit through Kwajalein Island to reach the international flights operated by United Airlines. This island has a struggling infrastructure due to the dense population (.125 square miles or 80 acres in size; 5th most densely populated island in the world). Due to the limited infrastructure, USAG-KA houses and/or hosts all AD, DAC, and\ DoD contractor personnel, as well as selected local national personnel on Kwajalein and Roi-Namur Islands.

1. ACC-APG is trying to determine if a capability exists in the marketplace, either by a single vendor or a prime vendor with teaming agreements, to provide AITP Baseline Support on USAG-KA.

2. A possible contract type for this requirement is a single award contract. It is anticipated that the effort would be for one base year with four one-year option periods. The anticipated NAICS Code is 541513 - Computer Facilities Management Services with an anticipated PSC of DG01 - IT and Telecom Network Support Services (Labor) and a size standard of $37M.

3. Interested parties shall identify possible opportunities for small business, veteran-owned small business, service-disabled veteran-owned small business, HUBZone small business, small disadvantaged business, and women-owned small business concerns. The goal is that small businesses have the maximum practicable opportunity to participate in any future requirement.

4. If your firm is capable of meeting the criteria stated in paragraph #1, has qualified personnel and relevant past performance experience, please submit a technical capability statement including the following information:

(i) Company name and mailing address, including cage code

(ii) Point of contact (name, telephone number, and e-mail address)

(iii) Small business status if any, (small disadvantaged business, woman-owned business, veteran-owned business, etc.)

(iv) The company's anticipated role in the performance of the requirement (a) Prime Contractor; (b) Subcontractor; or (c) Other, please describe

(v) If the anticipated role is a Prime Contractor, indicate the following:

a) Functions for which you would use subcontractors

b) Estimates of the percentage of the total contract dollars small businesses would expect to be able to subcontract to the following small business categories in response to this RFI. If zero percent is indicated in your response, provide a brief explanation of why no small business subcontracting opportunities are expected for this requirement overall or for a particular category.

5. Provide, if applicable, a summary describing the Joint Venture/Teaming Arrangement that would be established if this requirement were to be solicited.

6. Indicate which NAICS code(s) your company usually performs under for Government contracts.

7. Please provide suggestions you feel would maximize the effectiveness of the anticipated acquisition and resulting contract in providing quality services (e.g., site visit, industry day)

8. The government is considering the use of a Cost Type contract type for this acquisition. Please discuss what contract type arrangement (for example, incentive fee, award fee, fixed price, firm-fixed-price, etc., if any) your company recommends to ensure successful performance of critical contract functions. Please also provide information on any existing contract vehicles the Government should consider, to include any rationale supporting your response.

9. Please discuss what risks (if any) your company sees to successful contract execution and your company recommendations to mitigate those risks.

Technical capability statements may be submitted in your own format and shall be 5 pages or less. Electronic submission is the preferred method of receipt.

This sources sought is used for information and planning purposes only and does not constitute a solicitation. No contract will be awarded as a result of this synopsis. All information received in response to this sources sought that is marked proprietary will be handled accordingly. Responses to the sources sought will not be returned. In accordance with Federal Acquisition Regulation (FAR) 15.201(e), responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. Responders are responsible for all expenses associated with responding to this sources sought. All interested responsible businesses are encouraged to submit information at any time prior to expiration of this advertisement. Please submit any comments only to this action in writing to: walter.l.carbajal.civ@army.mil and Tamrah.L.Pehrson.civ@army.mil. Responses must be received by 10:00 A.M. (AZ time), 26 May 2023.

Contracting Office Point of Contact(s):

Contract Specialist, Walter L. Carbajal Jr., walter.l.carbajal.civ@army.mil

Contracting Officer, Tamrah L. Pehrson, Tamrah.L.Pehrson.civ@army.mil

THE GOVERNMENT DOES NOT INTEND TO AWARD A CONTRACT ON THE BASIS OF ANY RESPONSE. AN RFP IS NOT AVAILABLE AT THIS TIME. REQUESTS FOR A SOLICITATION WILL NOT RECEIVE A RESPONSE. RESPONSES TO THIS NOTICE ARE NOT OFFERS AND CANNOT BE ACCEPTED BY THE GOVERNMENT TO FORM A BINDING CONTRACT. THIS MARKET RESEARCH AND RFI IS FOR PLANNING PURPOSES ONLY. THE GOVERNMENT SHALL NOT REIMBURSE RESPONDENTS FOR INFORMATION SOLICITED. THE INFORMATION PROVIDED HEREIN IS SUBJECT TO CHANGE AND IN NO WAY BINDS THE GOVERNMENT. THE GOVERNMENT RESERVES THE RIGHT TO CONSIDER ACQUISITION STRATEGIES AS DEEMED APPROPRIATE.

END OF NOTICE

Overview

Response Deadline
May 26, 2023, 1:00 p.m. EDT Past Due
Posted
May 11, 2023, 5:25 p.m. EDT
Set Aside
None
Place of Performance
Kwajalein Atoll MHL
Source
SAM

Current SBA Size Standard
$37 Million
Pricing
Fixed Price
Est. Level of Competition
Average
Odds of Award
26%
Signs of Shaping
70% of similar contracts within the Department of the Army had a set-aside.
On 5/11/23 ACC Aberdeen Proving Ground issued Sources Sought KWAJALEIN for United States Army 30th Signal Battalion Network Enterprise Center (NEC) Army Information Technology Portfolio (AITP) Support on Kwajalein Atoll due 5/26/23. The opportunity was issued full & open with NAICS 541513 and PSC DG01.
Primary Contact
Name
Walter L. Carbajal Jr.   Profile
Phone
None

Secondary Contact

Name
Tamrah L. Pehrson   Profile
Phone
None

Documents

Posted documents for Sources Sought KWAJALEIN

Question & Answer

Incumbent or Similar Awards

Contracts Similar to Sources Sought KWAJALEIN

Potential Bidders and Partners

Awardees that have won contracts similar to Sources Sought KWAJALEIN

Similar Active Opportunities

Open contract opportunities similar to Sources Sought KWAJALEIN

Additional Details

Source Agency Hierarchy
DEPT OF DEFENSE > DEPT OF THE ARMY > AMC > ACC > ACC-CTRS > ACC-APG
FPDS Organization Code
2100-W91RUS
Source Organization Code
500043835
Last Updated
June 10, 2023
Last Updated By
walter.l.carbajal.civ@mail.mil
Archive Date
June 11, 2023