Army CECOM issues RFI for SSES NexGen on-ramp

Army 112On June 5, the USACECOM SEC issued a request for information (RFI) for Software and Systems Engineering Services Next Generation (SSES NexGen) multiple award IDIQ on-ramp (Solicitation Number: W15P7T-15-R-ONRP-V2). According to FedBizOpps, responses are due no later than June 11 at 11:59pm EST.

The United States Army Communications-Electronics Command Software Engineering Center (USACECOM SEC) provides life cycle software solutions and services that enable the warfighting superiority and information dominance across the enterprise. SEC provides systems, software engineering and scientific support for a wide variety of Army and Department of Defense (DoD) customers including Army Program Executive Officers (PEOs) and their Project Managers (PMs), Headquarters Department of the Army (HQDA) and its components, and the other Joint Service DoD elements. The ultimate customer and consumer of our products and services is the Warfighter in the field.

The USACECOM SEC is conducting an On-Ramp under the Software and Systems Engineering Services Next Generation (SSES NexGen) Multiple Award Task Order (MATO) Indefinite Delivery/Indefinite Quantity (IDIQ) contractual vehicle in accordance with contract clause H-11 “On and Off Ramp.” SSES NexGen allows Cost-Plus-Fixed-Fee, Cost-Reimbursement, Firm-Fixed-Price and combinations of these types of orders. This action is being undertaken in order to find suitable Small Business (SB) contractors to further populate the Restricted Suite on the existing SSES NexGen. The original Restricted Suite vehicles were awarded May 31, 2013 with a base period of two (2) years, one two (2) year option and one one (1) year option. Each SB contractor was awarded a contract in both the Restricted and Unrestricted Suites.

On-Ramp proposals shall be subject to the same proposal instructions and evaluation procedures as the SSES NexGen Request for Proposal (RFP) W15P7T-12-R-C005 dated 01 December 2011 and amendments thereto. Source Selection will be conducted in the same manner as under the original SSES NexGen. Every prime contractor awarded a contract is required to be able to perform any and all work as stated in the PWS at time of award of a task order (TO). The overall security requirement is TOP SECRET Facility Clearance/TOP SECRET Level of Safeguarding for the base IDIQ vehicle. The contractor shall require access to COMSEC information, Secure Compartmental Information (SCI) and Non SCI Intelligence Information, NATO, Foreign Government Information, FOUO information and must be able to access Security/Program Classification Guide(s) (SCGs) and SIPRNET. All awardees must meet these requirements.

Individual TOs will be awarded at the proper security level, many at the SECRET level. The Government will NOT provide funding to construct/maintain a Sensitive Compartmented Information Facility (SCIF). The awardees must maintain an office within 25 miles of Aberdeen Proving Ground (APG), MD. The timeframe for On Ramp is anticipated to be in fiscal year 2016 (FY16). Efforts estimated at $8M and below will be set-aside for the Restricted Suite contractors. In order to be determined a small business concern under NAICS 541511, a business must not have more than an average of $27.5 million in annual receipts as defined in 13 C.F.R 121.104. The Government’s target is 5 awards.

 

Full information is available here.

Source: FedBizOpps