Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 28, 2005 FBO #1159
SOLICITATION NOTICE

D -- Army Knowledge Online Enterprise Services (AKO-ES) Advisory Multi-Step Process  Pre-solicitation Announcement

Notice Date
10/4/2004
 
Notice Type
Solicitation Notice
 
NAICS
541519 — Other Computer Related Services
 
Contracting Office
ACA, ITEC4, Directorate of Contracting , 2461 Eisenhower Avenue, Alexandria, VA 22331-0700
 
ZIP Code
22331-0700
 
Solicitation Number
W91QUZ-05-R-0001
 
Response Due
10/20/2004
 
Archive Date
3/29/2005
 
Point of Contact
Janet Spaulding, 703-325-8727
 
E-Mail Address
ACA, ITEC4
(Janet.spaulding@itec4.army.mil)
 
Small Business Set-Aside
N/A
 
Description
This Pre-Solicitation Notice is issued under the authority of FAR 15.202, Advisory Multi-Step Process. The U.S. Army Chief Information Officer (CIO)/G6, in coordination with the Army Contracting Agency (ACA), Information Technology, E-Commerce and C ommercial Contracting Center (ITEC4) and Program Executive Officer (PEO) Enterprise Information Systems (EIS), is seeking qualified contractors to support the Army Knowledge Online (AKO) Enterprise Services goals to provide the most efficient management co nstruct and to provide continuous system improvements in support of the AKO enterprise. The Army intends to award a single, performance-based, contract with a base year and six one-year options. Contractor personnel will be required to obtain a SECRET se curity clearance. Performance-based contracting (as described in FAR Part 37.6) is the preferred method for acquiring services, including those acquired under supply contracts. To learn more about performance-based acquisitions, visit http://www.arnet.go v/Library/OFPP/BestPractices/pbsc/home.html A Draft Request For Proposal (DRFP) was posted to the Army Single Face to Industry (ASFI) on 20 Sep 2004 under DRFP Number W91QUZ-04-R-DRFP. More details of this acquisition and the Statement of Objectives (SOO ) are available on the ASFI. Potential prime contractors are requested to submit qualifying documentation demonstrating their experience and technical capabilities. The Contracting Officer for this acquisition is Terri Lukavec, 703-325-6172, Teresa.Lukav ec@itec4.army.mil. The Contract Specialist for this acquisition is Janet Spaulding, 703-325-8727, Janet.Spaulding@itec4.army.mil. See Numbered NOTES 12 and 26. Response. Potential prime contractors are requested to submit qualifying documentation demonstrating their experience and technical capabilities. All responses must include a written narrative statement of capability demonstrating the ability to meet the requirements. The response must be sufficient to permit an assessment establishing a bona fide capability. The Government will evaluate all responses in accordance with the published criteria, and advise each respondent, in writing, either that they wil l be invited to participate in the resultant acquisition or, based on the information submitted, that they are unlikely to be a viable competitor. The agency shall advise respondents considered not to be viable competitors of the general basis for that op inion. Notwithstanding the advice provided by the Government, offerors may still participate in the resultant acquisition. Evaluation of the submitted capability documents. The Government will evaluate viability based on an evaluation of the corporate capability statement and an assessment of the following criteria. · Previous experience with relevant contracts. · Experience with performance-based contracts. · Depth and breadth of service solutions including innovative approaches. · Quality certifications (e.g., ISO, CMM, etc.) Qualification packages shall include the following information. Information beyond that requested is not desired nor will it be considered in the assessment. All information shall be formatted for single-sided paper, 8 1/2 by 11 inches with one-inch margins. Use Times New Roman 11 or 12-point font output to Adobe PDF file for submission. Submissions shall be electronic, and emailed to: Teresa.Lukavec@itec4.ar my.mil and Janet.Spaulding@itec4.army.mil The subject line of your email submission shall include AKO. In responding to this announcement, prospective offerors are requested to provide the following: 1. A three-page corporate capability statement discussing why your company/team is well qualified to perform the AKO Enterprise Services. Provide business size (i.e., large business, small business), in accordance with the assigned SIC and NAICS codes. 2. Identify three current contracts, relevant to this acquisition, performed by th e potential prime contractor. A relevant contract is defined as a contract with any Federal, state or local Government entity or commercial entity in which the principal function of the contract is systems engineering and integration within a complex Da ta Center environment to include systems, communications and network engineering supporting state-of-the-art WEB technology and applications. The relevant contracts also should include both classified and unclassified systems with associated network, syst em and Internet security operations. The size of a contract relates to the contract value of accepted items and services to date. The scope of a contract relates to the range of products and services provided. A current contract is defined as bein g performed within the last three years. a) For each identified contract, provide the following (this information may be provided in table format): · Contract number · Contract name · Contract type · Performance based (Y or N) · Contracting organization · Contract value · Status on contract (prime or subcontractor) · Summary of the contract  include depth and breadth of the work performed to include performance measures, innovative approaches and experience with classified and unclassified systems. · For performance-based contracts, provide three service level agreements (SLAs) or performance standards that have been applied to the identified programs. The response should be specific and show the target performance levels that are set forth under th e applicable contracts as well as metrics, incentives, and ratings earned. Explain how the SLAs or performance standards are tied to the achievement of the clients underlying business/mission objectives. · Customer points of contact; the program/project manager, contracting officer and a major end-user and alternates for each (name, phone number, and e-mail address); if acting in the capacity of subcontractor, provide POC information for the prime contract or of the work. The identified contracts can be with Federal, state or commercial customers. Page limit for paragraph 2 is not to exceed nine pages exclusive of SLAs or performance standards. 3. Provide a summary of quality awards and certificates earned (e.g., ISO, CMM, etc.) including original and latest certified dates where applicable. One page limit. 4. Provide a unilateral statement that authorizes the governments support contractors, Acquisition Solutions Incorporated, and The MITRE Corporation, to have access to information submitted in response to the Pre-Solicitation Notice to include any propri etary information. If the submission includes proprietary information of a team member, the statement of authorization should address the team member as well as the submitter. The submission of such a statement is the approach preferred. If the submitte r requires, however, that Acquisition Solutions, Inc. and The MITRE Corporation, execute a corporate agreement with it, provide a copy of the corporate agreement as part of the submission. Electronic submissions are due no later than 2:00 PM EDT, 20 October 2004, and shall be emailed, in .pdf format, to the following addresses: Teresa.Lukavec@itec4.army.mil and Janet.Spaulding@itec4.army.mil Participation of Support Contractors in the AKO-ES Acquisition. 1. Submitters are advised that the Support Contractors identified below have been retained to provide acquisition support during the AKO-ES procurement to include this advisory multi-step process and the eventual source selection process. The Support Con tractors will be given authorized access to any proprietary information submitted to enable it to perform its duties. The Support Contractors are expressly prohibited from providing any assistance and competing on the subject acquisition and from scoring, ranking, or recommending a source for a determination of viability or, after the issuance of a solicitation in this procurem ent, selection. Firm: Acquisition Solutions, Inc Address: P.O. Box 3948, Oakton, VA 22124 POC: Mr. Andy Sweet Telephone: (703) 405-0676 Facsimile: (603) 307-8460 E-mail: Andrew.Sweet@acquisitionsolutions.com Firm: The MITRE Corporation Address: 7515 Colshire Drive, McLean, VA 22102 POC: Mr. Max Rosen Telephone: (703) 883-5703 Facsimile: (703) 883-6233 E-mail: max@mitre.org 2. In accomplishing the duties related to the assessment of viability and source selection process, the aforementioned support contractors will require access to proprietary information. 3. Acquisition Solutions, Inc. and The MITRE Corporation have provided a signed statement to the government in which they agree not to use or disclose any acquisition-sensitive information to which they obtain access to, as a result of performing work in support of the AKO-ES acquisition except as required to perform that work. The restriction explicitly includes proposal information. 4. In order to facilitate participation by Acquisition Solutions, Inc., and The MITRE Corporation in support of the advisory multi-step process, it is requested that submitters provide a statement (including necessary coverage of any team member) that aut horizes Acquisition Solutions, Inc. and The MITRE Corporation, to have access to information submitted in response to the Pre-Solicitation Notice, to include any proprietary information. 5. The foregoing approach of providing a statement is preferred. If the submitter requires, however, that Acquisition Solutions, Inc. and The MITRE Corporation execute corporate agreements, provide a copy of the corporate agreements with the submission. Pursuant to FAR 9.505-4, the agreement between a submitter and Acquisition Solutions, Inc. or The MITRE Corporation, should state that Acquisition Solutions, Inc. or The MITRE Corporation, will (1) protect the submitters information from unauthorized use or disclosure for as long as it remains proprietary and (2) refrain from using the information for any purpose other than that for which it was furnished. If this alternative is selected instead of submitting a statement as described in the paragraph abo ve, it is requested that the submitter contact Acquisition Solutions, Inc. and The MITRE Corporation, promptly to effect execution of such agreement prior to making its submission under the advisory multi-step process. NOTE: THIS NOTICE MAY HAVE POSTED ON WWW.FEDBIZOPPS.GOV ON THE DATE INDICATED IN THE NOTICE ITSELF (04-OCT-2004). IT ACTUALLY APPEARED OR REAPPEARED ON THE FEDBIZOPPS SYSTEM ON 26-JAN-2005, BUT REAPPEARED IN THE FTP FEED FOR THIS POSTING DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/USA/DABL/DABL01/W91QUZ-05-R-0001/listing.html)
 
Place of Performance
Address: ACA, ITEC4 Directorate of Contracting , 2461 Eisenhower Avenue Alexandria VA
Zip Code: 22331-0700
Country: US
 
Record
SN00741029-F 20050128/050126214405 (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.