General Information
Document Type: Request for Information
Posted Date: November 02, 2022
Response Date: December 02, 2022
Classification Code: D – Information technology services, including telecommunications services
NAICS Code (2022) 517810 – All Other Communications
PSC/FSC D399
Contracting Office Address
Army Contracting Command - Rock Island
3055 Rodman Avenue Rock Island, IL 61299-8500
– THIS IS A REQUEST FOR INFORMATION (RFI) ONLY –
This RFI is issued solely for information and market research purposes – it does not constitute a Request for Proposal (RFP) or a promise to issue an RFP in the future.
No solicitation is available at this time. Requests for a solicitation will not receive a response. This notice does not constitute a commitment by the United States Government to contract for any supply or service whatsoever. All information submitted in response to this announcement is voluntary; the United States Government will not pay for information requested nor will it compensate any respondent for any cost incurred in developing information provided to the United States Government. Not responding to this RFI does not preclude participation in any future RFP, if any is issued. It is the responsibility of the potential offerors to monitor this site for additional information pertaining to this requirement.
The U.S. Army Contracting Command is seeking vendors with the capability of providing support services for the Global Command Terrestrial Communications (GCTC) V contract. These services include, but are not limited to: program management, IT and system engineering support and implementation, operations and maintenance, and other technical support in the Continental United States (CONUS) and Outside the Continental United States (OCONUS) on a world-wide basis.
The U.S. Army Contracting Command is releasing a draft Performance Work Statement (PWS) with this RFI for industry comment. (Attachment 0001)
Submission
In response to this RFI the U.S. Government is seeking the following information:
- A brief capability description of each potential respondent’s experience with the requirements contained within the draft PWS. Including the extent to which such experience would enable the respondent to successfully perform the services identified. In the event the potential respondent is unable to meet all of the performance objectives contained within the draft PWS, potential respondents are requested to clearly identify the area(s) of the PWS it is unable to be met.
In addition, responses shall also include:
a. Company Name
b. Point of Contact (email / phone number)
c. Address
d. CAGE Code & DUNS #
e. Size Standard & Socioeconomic group / category
f. Tax ID number
g. Similar experience and work history should also be included
2. Potential Respondents are invited to provide answers to the questions below:
a. Any comments or recommended changes to the draft PWS, included as Attachment 0001.
b. Questions* for U.S. Government consideration and planning purposes.
c. Alternate NAICS Code & PSC/FSC suggestions
* Note, the U.S. Government will NOT post answers to questions received during the RFI process.
Responses shall be submitted electronically in Microsoft Word or PDF to the email address below. Respondent’s submission addressing item #1 above is limited 5 pages.
Respondents shall not be obligated to provide the services described herein. The response date for this RFI is
1300 Central Time
December 02, 2022.
No calls will be accepted. All responses to this RFI are to be submitted electronically to Dylan Lagerstam, Contracting Specialist, at dylan.t.lagerstam.civ@army.mil