Search Contract Opportunities

Electronic Switching System (5ESS)

ID: W91248-19-P-5ESS • Type: Sources Sought
Question & Answer Assistant

Hello! Please let me know your questions about this opportunity. I will answer based on the available opportunity documents.

Please sign-in to link federal registration and award history to assistant. Sign in to upload a capability statement or catalogue for your company

Some suggestions:
Please summarize the work to be completed under this opportunity
Draft a sources sought response template for this opportunity
Do the documents mention an incumbent contractor?
Does this contract have any security clearance requirements?
I'd like to anonymously submit a question to the procurement officer(s)
Loading

Description

SOURCES SOUGHT

THIS IS A Sources Sought Notice ONLY. The U.S. Government desires to procure the Alcatel-Lucent Electronic Switching System (5ESS) Maintenance on a small business set-aside basis, provided 2 (two) or more qualified small businesses respond to this sources sought synopsis with information sufficient to support a set-aside. Your responses to the information requested will assist the Government in determining the appropriate acquisition method, including whether a set-aside is possible.

We encourage all small business concerns, in all socioeconomic categories (e.g., 8(a) Business Development Program, Small Disadvantage Business (SDB), Historically Underutilized Business Zone(HUBZone), Service-Disabled Veteran-Owned Small Business (SDVOSB), Women-Owned Small Business concerns (WOSB)), to identify their capabilities in meeting the requirement at a fair market price.

This notice is issued solely for information and planning purposes - it does not constitute a Request for Quote (RFQ), Invitation for Bid (IFB), Request for Proposal (RFP) or a promise to issue a RFQ, IFB or RFP in the future. This notice does not commit the U.S. Government to contract for any supply or service. Further, the U.S. Government is not seeking quotes, bids or proposals at this time and will not accept unsolicited proposals in response to this sources sought synopsis. The U.S. Government will not pay for any information or administrative costs incurred in response to this notice. Submittals will not be returned to the responder. Not responding to this notice does not preclude participation in any future RFQ or IFB or 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.

BACKGROUND: The 101St Airborne Division Network Enterprise Center (NEC) has an on- going telephone switch maintenance requirement for the warranty coverage on the Alcatel- Lucent Electronic Switching System (5ESS) hardware and software.

The anticipated NAICS code(s) is/are: 811213-Communication Equipment Repair and Maintenance.

Size standard is $12,000,000.00.

A draft Performance Work Statement (PWS) is provide for your better understanding of the Government's need.

PURPOSE OF THIS SOURCES SOUGHT: To request information on capabilities of potential offerors to provide the services described herein to determine if this will be set-aside.

While not a firm cutoff, providing responses to this announcement no later than 12:30 p.m. Eastern Standard Time (EST) on 17September 2019 will facilitate planning and ensure your capability receives maximum consideration. Only electronic submissions will be accepted.

Interested business concerns should provide a brief "capabilities statement" package (submissions are limited to no more than 25 pages in length, single spaced, and 12 font minimum) demonstrating its capabilities in reference to this requirement. A generic capability statement is not acceptable. No particular format is mandated. The Government prefers that your firm submits its response in Microsoft Word, Adobe Acrobat, or a combination of both and the document must be searchable. The capability package shall be sent by email to:

Contract Specialist:

Naomi W. O'Neal

Email: naomi.w.oneal.civ@mail.mil

Procuring Contracting Officer:

Rana Y. Steele

Email: rana.y.steele.civ@mail.mil

Your email subject line should reflect: "Firm's Name, Response to the Sources Sought Synopsis for the Alcatel-Lucent Electronic Switching System (5ESS) at Fort Campbell, KY, W91248-19-P-5ESS. The size limit of each email, with all attachments, cannot exceed 9 megabytes (MB) due to the Government's email system restrictions. DO NOT SEND ZIPPED files as the Government's information network will remove all zipped files.

In response to this sources sought, please provide:

1. A company profile to include name of your firm, point of contact, phone number, email address, number of employees, annual revenue history, CAGE code, and DUNs number. Respondents must also indicate whether they qualify as a Small Business, SDB, 8(a), EDWOSB, WOSB, HUBZone, or SDVOSB.

2. In responding to this synopsis, provide what you believe are the key tasks that need to be accomplished to be successful to conduct Alcatel-Lucent Electronic Switching System (5ESS) Maintenance at Fort Campbell, KY. In essence, what key tasks should be used for determining minimum capability?

3. Identify whether your firm is interested in competing for this requirement as a prime contractor. If you are subcontracting any of the services out, contemplating a Joint Venture, and/or creating a teaming arrangement then please provide the name of these companies and what work they will be performing, if available. Please provide your company's specific experience in performing medical air evacuation services and providing comparable services. Ensure the information is in sufficient detail regarding previous experience in performing medical air evacuation services (indicate whether as a prime contractor or subcontractor) on similar requirements include the services provided. If applicable, please provide the same experience information from any Subcontracts, Joint Venture, and/or teaming partners you may propose with.

4. Identify what percentage of work will be performed by the small business prime contractor and all similarly situated entity subcontractors. Note: In accordance with FAR 52.219-14 Limitations on Subcontracting (CLASS DEVIATION 2019-O0003):

"Similarly situated entity" means a first-tier subcontractor, including an independent contractor, that has the same small business program status as that which qualified the prime contractor for the award and that is considered small for the NAICS code the prime contractor assigned to the subcontract the subcontractor will perform. An example of a similarly situated entity is a first-tier subcontractor that is a HUBZone small business concern for a HUBZone set-aside.

In addition, the Contractor agrees in performance of a contract for services, it will not pay more than 50 percent of the amount paid by the Government for contract performance to subcontractors that are not similarly situated entities.

5. Identify type(s)/certifications(s) of proposed subcontractors (such as SDB, 8(a), HUBZone, SDVOSB, and WOSB).

6. Information on the financial capacity of your business to meet financial obligations (i.e. payroll, payment of subcontractors, etc.).

7. Identify how the Army can best structure these contract requirements to facilitate competition by and among small business concerns.

8. Identify any condition or action that may be having the effect of unnecessarily restricting competition with respect to this acquisition. Please contact the MICC Advocate for Competition, Scott Kukes, at scott.d.kukes.civ@mail.mil or 210-466-2269, if you believe that this action is unreasonably restricting competition. Include the subject of the acquisition, this announcement, and the MICC POC information from the FBO notice. Provide the specific aspects that unreasonably restrict competition and the rationale for such conclusion.

Overview

Response Deadline
Sept. 12, 2019, 11:17 p.m. EDT Past Due
Posted
Sept. 12, 2019, 1:49 p.m. EDT (updated: Sept. 16, 2019, 1:15 p.m. EDT)
Set Aside
Small Business (SBA)
Place of Performance
FORT CAMPBELL, KY 42223 USA
Source
SAM

Current SBA Size Standard
$12 Million
Pricing
Likely Fixed Price
Est. Level of Competition
Low
Odds of Award
22%
Signs of Shaping
95% of obligations for similar contracts within the Department of the Army were awarded full & open.
On 9/12/19 MICC Fort Campbell issued Sources Sought W91248-19-P-5ESS for Electronic Switching System (5ESS) due 9/12/19. The opportunity was issued with a Small Business (SBA) set aside with NAICS 811213 (SBA Size Standard $12 Million) and PSC J.
Primary Contact
Title
Purchase Agent
Name
Naomi O'Neal   Profile
Phone
(270) 798-6068

Secondary Contact

Title
Mrs
Name
Rana Y. Steele
Phone
(270) 798-7821

Documents

Posted documents for Sources Sought W91248-19-P-5ESS

Question & Answer

Incumbent or Similar Awards

Potential Bidders and Partners

Awardees that have won contracts similar to Sources Sought W91248-19-P-5ESS

Similar Active Opportunities

Open contract opportunities similar to Sources Sought W91248-19-P-5ESS

Additional Details

Source Agency Hierarchy
DEPT OF DEFENSE > DEPT OF THE ARMY > AMC > ACC > MISSION & INSTALLATION CONTRACTING COMMAND > 419TH CSB
FPDS Organization Code
2100-W91248
Source Organization Code
500036832
Last Updated
Sept. 27, 2019
Last Updated By
PI33_DR_IAE_51681
Archive Date
Sept. 27, 2019