Search Contract Opportunities

RFI - KMI, iAPP, CAM Technical Support & Training

ID: RFQ1486566 • Alt ID: 70Z04421I21000800 • Type: Solicitation

Description

Subject: Request For Information (RFI) 70Z04421I21000800 - USCG Key Management Infrastructure (KMI), Intermediary Application (iAPP) and Communications Security Account Manager (CAM) Technical Support and Training Request For Information Responses are due April 28, 2021 at 12:00pm Eastern Time Good Day VETS 2 Vendors, Disclaimer and Important Notes: This posting is a Request for Information for interested vendors and issued solely for informational and planning purposes. This posting is not a Request for Proposals or a Request for Quotations, and it is not considered a commitment by the Government to award a contract nor is the Government responsible for any costs incurred in furnishing information provided under this notice. No basis for claim against the Government shall arise as a result from a response to this notice or Government use of any information provided. Further, the Coast Guard is not at this time seeking proposals and will not accept unsolicited proposals. No proprietary, classified, confidential, or sensitive information should be included in your response to this notice. The Government reserves the right to use any information provided by respondents for any purpose deemed necessary and legally appropriate, including using technical information provided by respondents in any resultant solicitation. Requirement: This notice is being issued by the Department of Homeland Security, U.S. Coast Guard (USCG) to identify sources capable of providing Key Management Infrastructure (KMI), Intermediary Application (iAPP) and Communications Security Account Manager (CAM) Technical Support and Training, as delineated in Attachment 1 DRAFT Performance Work Statement (PWS). The USCG seeks feedback from VETS 2 Contractors regarding Attachment 1- DRAFT PWS. All feedback will be reviewed and considered during preparation of the task order solicitation. Attachment 1: Draft PWS Anticipated Award Type: A Firm-Fixed-Priced (FFP) Task Order with Time-and-Materials (T&M) CLIN for Other Direct Costs (ODC)/Travel is anticipated for award. (Subject to change at the discretion of the Government) Anticipated Period of Performance: The period of performance will include a twelve (12) month Base Period and 4 One-Year Option Periods. The anticipated start date of the period of performance is no later than September 26, 2021. (Subject to change at the discretion of the Government) Anticipated NAICS Code/Size Standard: The applicable NAICS Code is 541519, Other Computer Related Services/Size Standard is $30.0M. This requirement has historically been completed by four (4) Full Time Equivalent (FTE) contractor employees with performance at a combination of contractor and government facilities in accordance with the Performance Work Statement. Submission of Information: Companies having capabilities necessary to meet or exceed the stated requirements are invited to provide information to contribute to this Request for Information including commercial market information and company information. Companies may respond to this Sources Sought Notice via the e-Buy portal or by e-mail to the Contracting Officer at James.D.Findlay@uscg.mil and Contract Specialist at Eric.R.St.Pierre@uscg.mil no later than April 28, 2021 at 12:00 p.m., Eastern with the following information/documentation: 1. Name of Company and VETS 2 Contract Number. 2. Point of Contact and Phone Number. 3. A copy of your company's current capability statement. 4. A statement that your company currently has a top-secret facility clearance or clearly identify whether your company has the ability to obtain a top-secret facility clearance. 5. Complete the following statement: "Our company (choose one) has/does not have the ability to provide the full scope of this requirement including all labor, materials, tools, equipment, vehicles, supervision, and other items and services necessary to perform the requirements identified in the PWS for the KMI, iApp and CAM Technical Support and Training for the Command, Control, Communications, Computers, Cyber and Intelligence Service Center (C5ISC)." 6. Corporate affiliations, potential joint venture partners, teaming partners, and/or major subcontractor information. 7. A positive statement of your intent to submit a proposal as a prime contractor, if a solicitation is issued as a result of this Sources Sought Notice. ** Please limit responses to a maximum of 10 pages, excluding marked-up/red-lined PWS. Attached are the Request For Information documents relevant to the anticipated requirement. Additionally, below is the award information related to the incumbent Contractor: Contractor: CSRA, LLC Contract: HSHQDC-13-D-E2090 Task Order: HSCG44-16-J-001049 Period of Performance: 09/26/2016 09/25/2021 Services: EKMS/KMI Support & COMSEC Account Manager Training & Assistance Support. Total Dollar Value: $2,747,667.67

Overview

Response Deadline
April 27, 2021 Past Due
Posted
April 19, 2021
Set Aside
None
NAICS
None
PSC
None
Place of Performance
Not Provided
Source

Pricing
Time And Materials; Fixed Price;
Est. Level of Competition
Average
On 4/18/21 Department of Homeland Security issued Solicitation RFQ1486566 for RFI - KMI, iAPP, CAM Technical Support & Training due 4/27/21.

Documents

Posted documents for Solicitation RFQ1486566

Question & Answer

Incumbent or Similar Awards

Potential Bidders and Partners

Awardees that have won contracts similar to Solicitation RFQ1486566

Similar Active Opportunities

Open contract opportunities similar to Solicitation RFQ1486566