Inactive
Notice ID:N6833519R0237
FOR THE RECONFIGURABLE TRANSPORTABLE CONSOLIDATED AUTOMATED SUPPORT SYSYTEM (RTCASS) and CASS Family of Operational Test Program Sets (OTPS) Migration and Improvements DISCLAIMER: THIS REQUEST FOR INF...
FOR THE RECONFIGURABLE TRANSPORTABLE CONSOLIDATED AUTOMATED SUPPORT SYSYTEM (RTCASS) and CASS Family of Operational Test Program Sets (OTPS) Migration and Improvements DISCLAIMER: THIS REQUEST FOR INFORMATION (RFI) IS FOR INFORMATIONAL PURPOSES ONLY. THIS IS NOT A REQUEST FOR PROPOSAL. IT DOES NOT CONSTITUTE A SOLICITATION AND SHALL NOT BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT. RESPONSES IN ANY FORM ARE NOT OFFERS AND THE GOVERNMENT IS UNDER NO OBLIGATION TO AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCEMENT. NO FUNDS ARE AVAILABLE TO PAY FOR PREPARATION OF RESPONSES TO THIS ANNOUNCEMENT. ANY INFORMATION SUBMITTED BY RESPONDENTS TO THIS TECHNICAL DESCRIPTION IS STRICTLY VOLUNTARY. REQUIREMENTS: This is a Request for Information/Sources Sought notice to solicit comments, questions and feedback from industry regarding a planned procurement of the necessary engineering, technical and logistic labor for the delivery of new test capability into RTCASS Station Software and Hardware, Direct Test Software, MAC COSSI Software and Migration of CASS Family OTPSs. The Contractor shall also provide the necessary sustaining and technical engineering labor for the Migration of certain CASS Family OTPSs. The types of deliverables that are required include: incorporate new test capability into RTCASS Software, revise the RTCASS development system to migrate new OTPS onto RTCASS or other CASS Family of Tester (CASS FoT) member and updating the associated documentation as required. Interested parties may submit technical literature/brochures on their products or solutions that meet the requirements as set forth in the basic requirements list included herein. Any other relevant information may also be submitted for consideration, to aid in refinement of this requirement. THIS RFI IS NOT A REQUEST FOR PROPOSAL. It is a market research tool being used to determine potential and eligible vendors capable of providing the above stated requirement described herein prior to determining the method of acquisition and issuance of a Request for Proposal. The Government is not obligated to and will not pay for any information received from potential sources as a result of this synopsis. ELIGIBILITY: The PSC for this requirement is 4920; the NAICS is 334519. All interested businesses are encouraged to respond. SUBMITTAL INFORMATION: It is requested that interested businesses submit to the contracting office a brief capabilities statement package (no more than 10 pages in length, single spaced, 12-point font minimum) demonstrating ability to meet the requirements outlined above. This documentation must address, at a minimum, the following: Company Name; Company Address; Cage Code, Company Business Size; and Point-of-Contact (POC) name, phone number, fax number, and e-mail address. company profile to include number of employees, office location(s), DUNS number, and a statement regarding current small/large business status; statement regarding capability. If you are a small business, provide an explanation of your company's ability to perform at least 50% of the tasking described in this SOW for the base period as well as the option periods. Respondents to this notice must also indicate whether they are a large business or qualify as a Small, Small Disadvantaged, Small Disadvantaged Veteran Owned Small Business, Women-Owned, 8(a), Hub Zone or Service Disabled Veteran-Owned Small Business Concern. The capability statement package shall be sent to the points of contact identified in this posting.