Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 18, 2004 FBO #1118
SOURCES SOUGHT

D -- MARKET RESEARCH TO DETERMINE IF RESERVE FOR SMALL BUSINESS FOR MANAGEMENT AND SYSTEMS SUPPORT SERVICES FOR THE C-E LCCOM SECURITY LOGISTIC ACTIVITY.

Notice Date
12/16/2004
 
Notice Type
Sources Sought
 
NAICS
541512 — Computer Systems Design Services
 
Contracting Office
US Army Communications-Electronics Command, Southwest Operations Office, ATTN: AMSEL-AC-CC-S, Building 61801, Room 3212, Fort Huachuca, AZ 85613-6000
 
ZIP Code
85613-6000
 
Solicitation Number
W9128Z-05-R-0005
 
Response Due
1/18/2005
 
Archive Date
3/19/2005
 
Point of Contact
Ronald Lopez, 520-533-2254
 
E-Mail Address
US Army Communications-Electronics Command, Southwest Operations Office
(ronald.a.lopez@us.army.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a market research notice for the Management and Systems Support Services acquisition. Services will be for non-personal support for IT systems, logistics, and other mission aspects of the U.S. Army Communications Security Logistics Activity (CSLA), both in the CONUS and the OCONUS. A Top Secret facility clearance is required. A business presence capable of supporting theater-wide cryptographic logistics is required in the Iraq theater at time of proposal. Generic support requirements are a s follows: (1) provide administration for CSLA systems/networks, which generally include one at SBU, and two at Secret levels at three locations transparently interconnected between locations; (2) perform application development for CSLA-unique functions, generally oriented toward web-based, database-enabled functionalities accessed by global user populations; (3) upgrades and extensions to the CSLA information infrastructure; (4) support for developing emerging CSLA missions, generally supporting the devel opment of missions and functions, and providing input to PPBES actions; (5) development and delivery of training in support of the CSLA mission to provide IA-related training to designated organizations; (6) providing planning and on-the-ground logistics s upport world-wide, including conditions involving hostile activity; (7) support for audits and certifications for COMSEC accounts world-wide; (8) support for the fielding of new cryptographics-related systems; (9) providing expert Information Assurance sup port to CSLA; (10) providing help desk support for CSLA systems and for other systems to which CSLA provides help desk functionality; and (11) support for the CSLA mission to develop, apply, and implement COMSEC policies and regulations on behalf of the Ar my and other designated activities. This acquisition will subsume work previously performed by Information Systems Support, Inc., DAAB32-03-F-0158, Information Systems Support Inc., DAAB32-03-F-0101 L-3 Communications, and DAAB07-00-D-G753 LESCO, W9128 Z04F0093 Signal Solutions. The anticipated period of performance is a 8 years, with base period and five option periods each being 24 months. A 30-day phase-in after award will be required. The government intends to have multiple awards (anticipated thr ee to four awards). The government intends on applying the NAICS Code 541512, small business size $21,000,000. Small businesses are encouraged to respond to this synopsis indicating their interest and CAPABILITY in this procurement and to determine if a r eserve award for small business is achievable in accordance with the instructions below. Small busineesses may contact the Mr. Anthony Isom, Small Business Specialist at 520-538-6915 relating to the NAICS code assigned. The government intends to award mu ltiple Indefinite Delivery/Indefinite Quantity (IDIQ) Fixed-Price contracts. This acquisition will be conducted on the CECOM Acquisition Center's Interactive Business Opportunities Page (IBOP) at internet site https://abop.monmouth.army.mil/. For assist ance with the IBOP webpage call 1-888-414-2677. Hard copies of documents will not be provided. The CECOM Acquisition Center, Southwest Operations Office intends on releasing a Draft Performance Work Statement (DPWS) and associated Quality Assurance Surve illance Plan (QASP) on or about 1 March 2005. The documents will be located on the IBOP under the Solicitation W9128Z-04-R-0004. Industry comments regarding the DPWS, QASP, the acquisition strategy, and any other pertinent issues regarding this acquisiti on are encouraged. Comments can be submitted to the Contracting Officer's attention via email to Ronald Lopez, Ronald.A.Lopez@us.army.mil , (520) 533-2254. The following abbreviated milestones (subject to change) are provided for your planning purposes: Draft Request for Proposal 1 April 2005, Presolicitation Conference April 2005, Final RFP 1 May 2005 , Contract award August 2005. Potential offerors are enc ouraged to monitor the status of this acquisition on the CECOM IBOP. The technical point of contact for CSLA mission and technical aspects of this acquisition is Cora Myles at (520)538-7510 Contact the contracting officer for contractual issues. See Not e 26. Information required to completed Market Research In order to determine the best strategy for maximizing small business participation in this procurement, please provide the following information by e-mail to isoma@hqisec.army.mil no later than 1300 hours Mountain Standard Time on 18 January 2005: 1. For small business size standard(s) qualification, provide: NAICS 541512, annual receipts $21,000,000.00. 2. Identify interest as Prime or Subcontractor; 3. If interest is as a subcontractor, provide information on the technical or functional area in which you intend to provide support; 4. Provide a capabilities statement not to exceed five pages demonstrating your ability to accomplish all of the requirements identified in the PWS, or those in the technical or functional area in which you plan to provide support; 5. If interest is as a prime contractor, provide the following: a. A list of planned subcontractors and/or team members, including their small business classification if applicable; b. Technical and functional areas planned for each subcontractor and/or team member; c. The percentage of work you plan to perform; and The percentage of work you plan for subcontractors and/or team members to perform. NOTE: THIS NOTICE WAS NOT POSTED TO WWW.FEDBIZOPPS.GOV ON THE DATE INDICATED IN THE NOTICE ITSELF (16-DEC-2004); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/USA/USAMC/DAAB32/W9128Z-05-R-0005/listing.html)
 
Place of Performance
Address: US Army Communications-Electronics Command, Southwest Operations Office ATTN: AMSEL-AC-CC-S, Building 61801, Room 3212 Fort Huachuca AZ
Zip Code: 85613-6000
Country: US
 
Record
SN00722778-F 20041218/041216213107 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.