Description
This is a SOURCES SOUGHT notice that is issued solely for informational and planning purposes and does not constitute a solicitation. This notice is for market research purpose only and IS NOT A REQUEST FOR PROPOSAL, nor does it restrict the Government as to the ultimate acquisition approach.
- CONTRACT INFORMATION:
The U.S. Army Corps of Engineers, Engineering and Support Center in Huntsville, Alabama (CEHNC) is seeking to identify qualified firms to provide personnel, equipment, tools, materials, supervision, and other items and non-personal services necessary to provide restoration / adjustment services (where Architect-Engineer services are not required) for building systems. The Contractor is to provide Technical and Programmatic Support Services (TPSS) for Cybersecurity (Cyber), Electronic Security Systems (ESS), Utility Monitoring and Control Systems (UMCS), Facility Related Control Systems (FRCS) and other related electronic and mechanical systems that are defined in a Performance Work Statement (PWS).
The Government is seeking to identify qualified business sources under North American Industry Classification System (NAICS): 541512 Computer System Design Services, Small Business Size Standard $34M.
CEHNC anticipates awarding a Multiple Award Task Order Contract (MATOC) for services with a base period of twenty-four months and three, one-year optional ordering periods, for a total of a five-year contract. Work requirements will be defined in specific tasks in the PWS under a base contract. Individual task orders will be solicited via Request for Proposal (RFP) on an as needed basis.
The total capacity is approximately $98M.
The Government is performing market research to determine if small businesses and other than small businesses possess the capability to execute the requirements within this acquisition. Respondents need to indicate all small business designations (small business, 8(a), certified HUBZone, Small Disadvantaged Business, Woman Owned, Minority, Native American and/or Service-Disabled Veteran Owned). Interested firms who meet the capability requirements identified in this notice are requested to reply to this notice with a response to the questions below. If no experience or capabilities are associated with a particular question, indicate so. Based upon responses received, consideration will be given to defining whether part or all the acquisition will be set-aside for small business competition.
- PROJECT INFORMATION:
The primary purpose of this requirement is to provide support services include surveying the security status of ESS, UMCS, and facility related control systems, providing actionable reports of the findings, and remediation of the findings to restore compliance with DoD Cybersecurity standards. Restoration / adjustment may include minor repairs and alterations, as well as purchase of materials to support those minor repairs. Services may include restoring / adjusting building systems to bring a facility back into compliance with its original design.
Specific tasks may require field validation and/or inspection of TPSS assets and records and coordination with facility users/tenants/managers. Contractor shall provide subject matter expertise (when required) in a manner that informs Government staff of the data relationships (within IT systems) and how they may relate to audit compliance or support space planning efforts. Contractor shall obtain necessary access to IT systems to include all roles and responsibilities required to operate within each of the systems.
Government Furnished Equipment may be provided to support tasks.
This notice is open for responses from both small business and other than small businesses, and responses will be utilized to determine if this requirement, or a portion of this requirement, can be set-aside for small businesses in accordance with Federal Acquisition Regulation (FAR) Subpart 19.5.
The Government will not reimburse respondents for any costs incurred in preparation of a response to this notice. Responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. The Government does not intend to rank submittals or provide any reply to interested companies and responses will not be returned.
- SUBMISSION REQUIREMENTS:
Interested firms should submit a document which furnishes information describing relevant demonstrated experience and qualifications in the following format: The submissions should be Times New Roman, font size 12 and should not exceed 10 one-sided, 8.5"x11" pages. The submission will address all questions in the Capabilities Questionnaire listed below and your ability to perform the services stated in the draft PWS (attached to this Sources Sought request).
Computer files must be compatible with the latest version of Microsoft Word. Submit responses via email to: christopher.t.shepard@usace.army.mil and angela.m.wilson@usace.army.mil. Submissions shall be received no later than 5:00 PM Central Time on 17 March 2025.
NO HARDCOPY OR FACSIMILE SUBMISSIONS WILL BE ACCEPTED.
Cover letters and extraneous materials (brochures, etc.) will not be considered. Questions concerning submissions should be directed to christopher.t.shepard@usace.army.mil and angela.m.wilson@usace.army.mil. Personal visits for the purpose of discussing this announcement will not be scheduled.
- COMMENTS TO DRAFT PWS (VOLUNTARY):
Businesses submitting responses to the Capabilities Questionnaire are invited to submit recommended clarifications or improvements to the Draft Performance Work Statement for Government consideration. Any changes are at the Government’s discretion. Submit on a separate document from the Capabilities Questionnaire to prevent exceeding the 10-page limit. No response will be provided for recommendations submitted.
CAPABILITIES QUESTIONNAIRE
SECTION I: GENERAL
- Business Name: (Insert Business Name)
- Business Address: (Insert Business Address)
- Cage Code:
- North American Industry Classification System (NAICS) Code:
541512 – Computer System Design Services
NOTE: If you feel the above NAICS Code is not sufficient for this acquisition, please provide your recommended NAICS code with an explanation.
- Responsible Point of Contact: (Insert name, address, phone number, and email address)
- Type of Business (Check all that apply):
8(a) Small Business Veteran-Owned Small Business
Service-disabled Veteran-Owned small business Minority Small Business
HUBZONE Small Business Native American Small Business
Small Disadvantaged Business Small Business
Woman Owned Small Business Other Than Small Business
SECTION II: CONTRACTOR ARRANGEMENT
7. Our firm will be proposing on this project as a:
Sole Contractor performing 100% of the work with no work being performed by a subcontractor.
Prime Contractor performing at least 50% of the work with subcontractor(s).
Prime Contractor performing at least 50% of the work with the following team member subcontractor(s) (Insert business name, business size, cage code, and work which will be subcontracted); or
Joint Venture with (insert business name, business size, and cage code), (See FAR subpart 9.6 Government policy on teaming arrangements, as well as 8(a) Program regulations described in 13 CFR 124.513, HUBZone Program regulations described in 13 CFR 126.616, and Service-Disabled Veteran- Owned Program regulations described in FAR 19.1403(c) and 13 CFR 125.15(b).
Other Questions
1. Does your firm have experience providing TPSS for Cyber, ESS, UMCS, Internet Protocol IP addressable, and FRCS? If yes, provide description to include systems supported, quantities of meters and facilities measured, geographic expanse of the system, client references, and dates.
2. Does your firm have experience executing restoration / adjustment of FRCS where plans exist and Architect- Engineer services are not required? If yes, provide description of the services rendered, the size and complexity of the restoration / adjustment involved, what was achieved, client references, and dates.
3. Does your firm have experience working OCONUS to include Alaska, Hawaii, other U.S. Territories and possessions, and the anticipated foreign locations of Germany, Italy, Japan, and South Korea? If yes, provide description of the locations and services rendered, accomplishments, client references, and dates.
4. Does your firm have experience with conducting cybersecurity assessments? If yes, provide description of services rendered, dates services were performed, and which agencies services were in support of.
5. Does your firm have experience applying the Unified Facilities Criteria (UFC) 4-010-06 “Cybersecurity of Facility-Related Control Systems (FRCS)” onto new and existing FRCS? If yes, provide description of services rendered, the size and complexity, what was achieved, client references, and dates.