DRAFT Request For Proposal PMA-271 “Take Charge and Move Out” (TACAMO) Recapitalization Program (E-XX)
This amendment is provided as a follow up to the 08 September 2023 announcement to answer industry questions and provide additional feedback for the PMA-271 Take Charge And Move Out (TACAMO) Recapital...
This amendment is provided as a follow up to the 08 September 2023 announcement to answer industry questions and provide additional feedback for the PMA-271 Take Charge And Move Out (TACAMO) Recapitalization program (E-XX) effort. It is expected that over the next few weeks additional amendments to this announcement will be made to provide additional responses to previously received Industry questions. The Government’s intent is not to solicit industry feedback at this time. RESPONSES TO INDUSTRY QUESTIONS: The information being provided is Controlled Unclassified Information (CUI) and classified SECRET and the details on how to obtain the documents are described below. (NOTE: If you received the CUI document from the 08 September 2023 announcement, CUI document will be provided automatically. However, your company, shall provide item 6 of this announcement in order to receive the classified material.) Interested E-XX Prime Offerors must meet the requirements to receive, process, store, communicate with NAVAIR and other contractors, and destroy Top Secret//GENSER removable media (e.g. CDs and DVDs) to ensure the interested EMD Prime Offerors are able to receive this information. 1. Company name, address, Commercial and Government Entity (CAGE) Code (as it appears in SAM.gov) 2. Company primary point of contact (POC), name, job title, email, and phone number 3. Company Cognizant Security Office(s) (CSO) name, address, telephone, and email address (email address is optional) 4. List of actual performance facility location(s) CAGE code(s) (if different than or additional(s) to item (1.)) 5. Certification letter for the performance facility location(s) CAGE code(s) issued by your company’s security office (e.g. Defense Counterintelligence and Security Agency (DCSA); Defense Contracting Management Office (DCMA)) in accordance with NISPOM 32 CFR Part 117.18, Information System Security, documents requirements for contractors’ IT systems to protect classified information Item (5.) Note to Offerors: The Government is requesting documentation that you have access to an information system that is authorized to process data at the CUI SECRET, and TS level. We request that you provide documentation that the identified information system is authorized to process data at the appropriate classification level, such as an Authorization To Operate (ATO) Letter. 6. To obtain classified Secret document provide the following: POCs name, job title, phone number, and SIPR e-mail address. If you do not SIPR please identify in your response. The above information shall be provided via e-mail to the announcement POCs. Information or questions provided by Phone will not be accepted (e-mail only). An e-mail will be provided acknowledging receipt or that information is missing within three (3) business days of receipt. Upon concurrence that you can receive this an e-mail will be provided with instructions and the document will be sent via DoD SAFE for CUI material and SIPR for classified Secret material. DISCLAIMER THE GOVERNMENT IS NOT COMMITTED NOR OBLIGATED TO PAY FOR THE INFORMATION PROVIDED, AND NO BASIS FOR CLAIMS AGAINST THE GOVERNMENT SHALL ARISE AS A RESULT OF A RESPONSE TO THIS ANNOUNCEMENT. THIS INFORMATION DOES NOT CONSTITUTE A RFP/SOLICITATION OR A PROMISE TO ISSUE AN RFP IN THE FUTURE. THE FINAL REQUIREMENT WILL BE DEFINED UNDER A FORMAL RFP. FURTHER, THE NAVY IS NOT AT THIS TIME SEEKING PROPOSALS AND WILL NOT ACCEPT UNSOLICITED PROPOSALS. RESPONDENTS ARE ADVISED THAT THE GOVERNMENT WILL NOT PAY FOR ANY INFORMATION OR ADMINISTRATIVE COSTS INCURRED IN RESPONSE TO THIS PRESOLICITATION NOTICE. ALL COSTS ASSOCIATED WITH RESPONDING TO THIS ANNOUNCEMENT WILL BE SOLELY AT THE EXPENSE OF THE INTERESTED PARTY. IT IS THE RESPONSIBILITY OF THE POTENTIAL OFFERORS TO MONITOR THIS WEBSITE FOR ADDITIONAL INFORMATION PERTAINING TO THIS REQUIREMENT. Announcement POCs: Ms. Monica L. Card at monica.l.card.civ@us.navy.mil; and Mr. Chris A. Rawlings at christopher.a.rawlings.civ@us.navy.mil. Email communication only __________________________________________________________________________________________________ >>>>>>>>>>>>Q&As announcement 8 September 2023 This amendment is provided to answer industry questions and provide additional feedback for the PMA-271 Take Charge And Move Out (TACAMO) Recapitalization (E-XX) Program effort. It is expected that over the next few weeks additional amendments to this announcement will be made to provide additional responses to previously received Industry questions. The Government’s intent is not to solicit additional industry feedback at this time. RESPONSES TO INDUSTRY QUESTIONS: The information being provided is Controlled Unclassified Information (CUI) and the details on how to obtain the document is described below. (NOTE: If you received the Draft Request for Proposal (inclusive of the directed subcontractors) from the 31 July 2023 announcement, you need not provide the below and will automatically be provided the information via DoD SAFE. Interested E-XX Prime Offerors must meet the requirements to receive, process, store, communicate with NAVAIR and other contractors, and destroy Top Secret//GENSER removable media (e.g. CDs and DVDs) to ensure the interested EMD Prime Offerors are able to receive this information: 1. Company name, address, Commercial and Government Entity (CAGE) Code (as it appears in SAM.gov) 2. Company primary point of contact (POC), name, job title, email, and phone number 3. Company Cognizant Security Office(s) (CSO) name, address, telephone, and email address (email address is optional) 4. List of actual performance facility location(s) CAGE code(s) (if different than or additional(s) to item (1.)) 5. Certification letter for the performance facility location(s) CAGE code(s) issued by your company’s security office (e.g. Defense Counterintelligence and Security Agency (DCSA); Defense Contracting Management Office (DCMA)) in accordance with NISPOM 32 CFR Part 117.18, Information System Security, documents requirements for contractors’ IT systems to protect classified information Item (5.) Note to Offerors: The Government is requesting documentation that you have access to an information system that is authorized to process data at the CUI SECRET, and TS level. We request that you provide documentation that the identified information system is authorized to process data at the appropriate classification level, such as an Authorization To Operate (ATO) Letter. The above information shall be provided via e-mail to the announcement POCs. Information or questions provided by phone will not be accepted (e-mail only). An e-mail will be provided acknowledging receipt or that information is missing within three (3) business days of receipt. Upon concurrence that you can receive this an e-mail will be provided with instructions and the document will be sent via DoD SAFE. DISCLAIMER THE GOVERNMENT IS NOT COMMITTED NOR OBLIGATED TO PAY FOR THE INFORMATION PROVIDED, AND NO BASIS FOR CLAIMS AGAINST THE GOVERNMENT SHALL ARISE AS A RESULT OF A RESPONSE TO THIS ANNOUNCEMENT. THIS INFORMATION DOES NOT CONSTITUTE A RFP/SOLICITATION OR A PROMISE TO ISSUE AN RFP IN THE FUTURE. THE FINAL REQUIREMENT WILL BE DEFINED UNDER A FORMAL RFP. FURTHER, THE NAVY IS NOT AT THIS TIME SEEKING PROPOSALS AND WILL NOT ACCEPT UNSOLICITED PROPOSALS. RESPONDENTS ARE ADVISED THAT THE GOVERNMENT WILL NOT PAY FOR ANY INFORMATION OR ADMINISTRATIVE COSTS INCURRED IN RESPONSE TO THIS PRESOLICITATION NOTICE. ALL COSTS ASSOCIATED WITH RESPONDING TO THIS ANNOUNCEMENT WILL BE SOLELY AT THE EXPENSE OF THE INTERESTED PARTY. IT IS THE RESPONSIBILITY OF THE POTENTIAL OFFERORS TO MONITOR THIS WEBSITE FOR ADDITIONAL INFORMATION PERTAINING TO THIS REQUIREMENT. Announcement POCs: Ms. Monica L. Card at monica.l.card.civ@us.navy.mil; and Mr. Chris A. Rawlings at christopher.a.rawlings.civ@us.navy.mil. Email communication only ___________________________________________________________________________________ <<<< Presolicitation Amendment 31 July 2023>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>> This amendment is for the issuance of an updated DRAFT Request for Proposal (RFP)/Pre-Solicitation (DRFP), and to provide an updated program execution schedule (see Attachment titled E-XX Acquisition Schedule) for the PMA-271 Take Charge And Move Out (TACAMO) Recapitalization program (E-XX) effort. This DRFP is being issued to further industry engagement regarding PMA-271 draft requirements. THESE REQUIREMENTS ARE SUBJECT TO CHANGE AND THE INFORMATION PROVIDED IS FOR INFORMATIONAL PURPOSES ONLY. THE GOVERNMENT IS NOT COMMITTED NOR OBLIGATED TO PAY FOR THE INFORMATION PROVIDED, AND NO BASIS FOR CLAIMS AGAINST THE GOVERNMENT SHALL ARISE AS A RESULT OF A RESPONSE TO THIS ANNOUNCEMENT. The DRFP is unclassified with attachments that are Controlled Unclassified Information (CUI) Distribution Statement F, classified Secret (S), and collateral Top Secret (TS). DRFP documents include Sections A through M, associated exhibits and attachments (CUI, S, and TS) . Details on how to obtain these documents are described herein. Note that in order to receive any documents (CUI and Secret) potential offerors must demonstrate that they can receive, process, store, and communicate with NAVAIR at the Top Secret//GENSER level per the details below. REGISTRATION INSTRUCTIONS In order to be considered for a request to receive any portion of the DRFP, interested Offerors shall provide all of the following: (NOTE: If you received the DFRP from the 25 May 2023 announcement, you only need to provide any changes from the below.) 1. Company name, address, Commercial and Government Entity (CAGE) Code (as it appears in SAM.gov) 2. Company primary point of contact (POC), name, job title, email, and phone number 3. Company Cognizant Security Office(s) (CSO) name, address, telephone, and email address (email address is optional) 4. List of actual performance facility location(s) CAGE code(s) (if different than or additional(s) to item (1.)) 5. Company PIEE Solicitation Module -Proposal Manager(s) name, email address, job title, phone number and registered CAGE code 6. Certification letter for the performance facility location(s) CAGE code(s) issued by your company’s security office (e.g. Defense Counterintelligence and Security Agency (DCSA); Defense Contracting Management Office (DCMA)) in accordance with NISPOM 32 CFR Part 117.18, Information System Security, documents requirements for contractors’ IT systems to protect classified information Item (6.) Note to Offerors: The Government is requesting documentation that you have access to an information system that is authorized to process data at the CUI, SECRET, and TS level. We request that you provide documentation that the identified information system is authorized to process data at the appropriate classification level, such as an Authorization To Operate (ATO) Letter. 7. Confirmation that your company has the ability to: receive process, store, communicate with NAVAIR and other contractors, and destroy Top Secret//GENSER removable media (e.g. CDs and DVDs) 8. Confirmation that your company has the ability to open, view, edit, create and export digital artifacts using the Cameo Systems Model version 21.0 (with UAF plugin in a Top Secret//GENSER environment) 9. Confirmation of your company’s preference on the delivery method to obtain classified Secret DRFP documents by providing one of the following: • SIPR – If preferred method, provide POCs name, job title, phone number, and SIPR e-mail address • Courier pickup – If preferred method a pickup appointment is required and your company shall provide courier(s) name, job title, phone number, email, and preferred date and time for pickup appointment. Appointments can be scheduled as early as 02 August 2023 0900 EDT • FedEx – If preferred method, provide the complete inner and outer label delivery address and recipient information 10. E-XX System Model (TS) delivery method is via TS courier pickup appointment (ONLY), and your company shall provide: • List of TS courier(s) name, job title, phone number during pickup, email address, and confirmation that courier(s) have base access (CAC card or some form of military ID). Please note that processing of courier(s) base access requests, for those without CAC card or some form of military ID, may take up to ten business days thus plan accordingly • Confirmation that courier(s) have been designated a courier or hand carrier in accordance with the 32 CFR Part 117.15(f)(1) through (f)(6). Copy of DD Form 2501, Courier Authorization Card or authorization letter shall be provided upon arrival to the pickup location • Preferred pickup time on 07 August 2023. If this date is not a feasible pickup date for you, please request a later date 11. List of all potential subcontractor(s) CAGE Codes and all other CAGE Codes different from that identified above, for which your company intends to share any of the CUI Distro F, SECRET, and TS documents of the DRFP. Please note that your Company is required to obtain Government approval prior to sharing the information with any CAGE code different than the one(s) listed in item (6.) certification letter Registration shall be done via e-mail to the announcement POCs. Phone registration and questions will not be accepted (e-mail only). UPON SUCCESSFUL REGISTRATION Upon Government review and approval of your submission to the Registration Information, the Government will provide DRFP’s PIEE –Solicitation Module access to your Proposal Manager’s CAGE code identified in item (5.) above. Once the Government has provided access to PIEE, the proposal manager will be able to access the DRFP unclassified documents at https://piee.eb.mil/ by searching for solicitation number N0001922R0049. CUI documents will be provided via DoD SAFE to the company’s main POC on the same day access to PIEE is granted. For companies that have already been granted access to the DRFP N0001922R0049 in PIEE, as result of successful registration to previous DRFP 25 May 2023 announcement, your company’s main POC previously identified will receive the updated DRFP CUI documents via DoD SAFE by 1600 EDT the day following this posting. Therefore, if you do not receive the CUI documents, but believe you are cleared you should, contact the POCs in this announcement via e-mail. Classified (S) documents will be provided upon successful registration via the preferred method identified in item (9.). Additional details regarding pickup location (if courier pickup is your company preferred delivery method) will be provided along with the appointment confirmation email. Classified (TS) E-XX System Model will be provided upon successful registration via TS courier pickup appointment (ONLY) with appointments beginning on 07 August 2023. Additional details regarding pickup location will be provided along with the appointment confirmation email. DISCLAIMER PURSUANT TO FEDERAL ACQUISITION REGULATION (FAR) 15.201(C), THIS NOTICE IS BEING ISSUED AS A DRAFT RFP. THIS DRAFT RFP/PRESOLICITATION IS ISSUED AS MARKET RESEARCH SOLELY FOR INFORMATION AND PLANNING PURPOSES – IT DOES NOT CONSTITUTE A RFP/SOLICITATION OR A PROMISE TO ISSUE AN RFP IN THE FUTURE. THIS DRAFT RFP DOES NOT COMMIT THE GOVERNMENT TO AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCEMENT. THE FINAL REQUIREMENT WILL BE DEFINED UNDER A FORMAL RFP. FURTHER, THE NAVY IS NOT AT THIS TIME SEEKING PROPOSALS AND WILL NOT ACCEPT UNSOLICITED PROPOSALS. RESPONDENTS ARE ADVISED THAT THE GOVERNMENT WILL NOT PAY FOR ANY INFORMATION OR ADMINISTRATIVE COSTS INCURRED IN RESPONSE TO THIS PRESOLICITATION NOTICE. ALL COSTS ASSOCIATED WITH RESPONDING TO THIS ANNOUNCEMENT WILL BE SOLELY AT THE EXPENSE OF THE INTERESTED PARTY. IT IS THE RESPONSIBILITY OF THE POTENTIAL OFFERORS TO MONITOR THIS WEBSITE FOR ADDITIONAL INFORMATION PERTAINING TO THIS REQUIREMENT. GENERAL QUESTIONS: The POCs to for information to be submitted are Ms. Monica L. Card at monica.l.card.civ@us.navy.mil; and Mr. Chris A. Rawlings at christopher.a.rawlings.civ@us.navy.mil. Email communication only ____________________________________________________________________________________ <<<< Presolicitation Amendment 24 June 2023>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>> This amendment is for the issuance of Pre-Solicitation Conference attendee list attachment, and to provide the Industry Feedback tracker attachment in accordance with previous announcement dated 26 May 2023 for Industry feedback. INDUSTRY FEEDBACK: Industry feedback or questions requesting clarification of pre-solicitation requirements including those resulting from the pre-solicitation conference are invited to begin at this time and shall be provided to the Points of Contact (POCs) identified in this announcement no later than 21 June 2023 at 1600 eastern time. THE GOVERNMENT IS NOT COMMITTED NOR OBLIGATED TO PAY FOR THE INFORMATION PROVIDED, AND NO BASIS FOR CLAIMS AGAINST THE GOVERNMENT SHALL ARISE AS A RESULT OF A RESPONSE TO THIS ANNOUNCEMENT. DISCLAIMER PURSUANT TO FEDERAL ACQUISITION REGULATION (FAR) 15.201(C), THIS NOTICE IS BEING ISSUED AS A DRAFT RFP. THIS DRAFT RFP/PRESOLICITATION IS ISSUED AS MARKET RESEARCH SOLELY FOR INFORMATION AND PLANNING PURPOSES – IT DOES NOT CONSTITUTE A RFP/SOLICITATION OR A PROMISE TO ISSUE AN RFP IN THE FUTURE. THIS DRAFT RFP DOES NOT COMMIT THE GOVERNMENT TO AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCEMENT. THE FINAL REQUIREMENT WILL BE DEFINED UNDER A FORMAL RFP. FURTHER, THE NAVY IS NOT AT THIS TIME SEEKING PROPOSALS AND WILL NOT ACCEPT UNSOLICITED PROPOSALS. RESPONDENTS ARE ADVISED THAT THE GOVERNMENT WILL NOT PAY FOR ANY INFORMATION OR ADMINISTRATIVE COSTS INCURRED IN RESPONSE TO THIS PRESOLICITATION NOTICE. ALL COSTS ASSOCIATED WITH RESPONDING TO THIS ANNOUNCEMENT WILL BE SOLELY AT THE EXPENSE OF THE INTERESTED PARTY. IT IS THE RESPONSIBILITY OF THE POTENTIAL OFFERORS TO MONITOR THIS WEBSITE FOR ADDITIONAL INFORMATION PERTAINING TO THIS REQUIREMENT. _____________________________________________________________________________________ <<<<<
Links ()
Attachments ()
Data sourced from SAM.gov.
View Official Posting »