Inactive
Notice ID:PANAGC-19-P-0000-000077
THIS IS A REQUEST FOR INFORMATION (RFI) ONLY. The US Army Corps of Engineers, Army Geospatial Center (AGC), is issuing this Request for Information (RFI) / Sources Sought to perform market research in...
THIS IS A REQUEST FOR INFORMATION (RFI) ONLY. The US Army Corps of Engineers, Army Geospatial Center (AGC), is issuing this Request for Information (RFI) / Sources Sought to perform market research in order to determine the availability of firms which possess the capability to execute the requirements in the attached draft Performance Work Statement (PWS). No proposals are being requested or accepted in response to this RFI. This announcement does not obligate the Government in any way to award a contract, nor does it obligate the Government to pay for any preparation costs. Requirement: The anticipated formal solicitation is for a performance based service contract with an tentative period of performance of 28 September 2019- 27 September 2022 if all options are exercised. This RFI/Sources Sought is NOT a request for proposal, nor does it restrict the Government as to the ultimate acquisition approach. Therefore, we invite any size business concerns to provide a capability statement in response to this RFI/Sources Sought. The services to be procured are non-personal and are not inherently Government functions. Feedback addressing the clarity, feasibility, scope and potential alternative means of meeting the Government's requirement is sought. The anticipated North American Industry Classification System (NAICS) code for this requirement is 541519. The business size standard for this NAICS is $27.5 million. Your response should identify your business size (large or small) in relation to this NAICS Code. This is an unclassified contract. Capabilities Package: AGC is seeking a Prime vendor capable of providing all the services listed as items 5.1 through 5.5 in the draft PWS, independently or through the use of Subcontractors and/or partners. Interested sources shall possess and demonstrate an in-depth understanding of all the requirements listed in the draft PWS items 5.1 through 5.5.Responses are limited to no more than 10 pages, consisting of font size 12. Based on the page limitation, contractors should use current or past contract examples for work performed within the past three years that is directly related to requirements listed in section 5 of the draft PWS. Respondents shall list any relevant work by specific contract number to allow for review. The requirement is to provide systems engineering and software development services to deploy, maintain, and enhance the Remote Ground Terminal (RGT) system and software. RGT provides the capability for the direct downlink of commercial imagery. The Remote Ground Terminal was developed by Radiant Solutions, a MAXAR company, (formerly, MacDonald, Detwiler and Associates). Currently, the RGT also relies upon Radiant Solutions' proprietary software. The computer software includes executable codes, source codes, cost listings, design details that the Government cannot acquire. Please indicate in your response if you are able to, based on a percentage, provide all, some, or none of the services requested and intend to work with Radiant Solutions. Additionally, please indicate if you have the ability to be a Prime vendor, or intend to sub-contract. Responses: The information provided in the RFI is subject to change and does not bind the Government in any way. Interested sources are discouraged from submitting commercial literature in response to this RFI. Any submissions of such product literature or catalog cut sheets will be treated separate from, and will have no bearing on, any subsequent evaluation of proposals submitted in response to any resulting future formal Request for Proposals (RFP). AGC has not made a commitment to procure any of the products or services discussed, and the release of this RFI should not be construed as such a commitment or as authorization to incur cost for which reimbursement would be required or sought. AGC will not pay for information or comments provided and will not recognize any costs associated with submission of comments. All submissions become Government property and will not be returned. Questions regarding this announcement shall be submitted in writing by e-mail to the Contracting Officer at Tammy.D.Lopez@usace.army.mil and Contract Specialist at Lauren.L.Spear@usace.army.mil. Verbal questions will NOT be accepted. Questions will be answered by posting answers to the Federal Business Opportunities (FedBizOpps) website; accordingly, questions shall NOT contain proprietary or classified information. The Government does not guarantee that questions received after 20 February 2019, 1:00 PM EDT will be answered. RESPONSES ARE DUE NO LATER THAN 24 February 2019, 9:00 AM, EST. All responses shall be submitted in writing by e-mail to the Contracting Officer at Tammy.D.Lopez@usace.army.mil and Contract Specialist at Lauren.L.Spear@usace.army.mil.