Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 22, 2008 FBO #2461
SOURCES SOUGHT

D -- NORAD-USNORTHCOM Information Technology Support

Notice Date
8/20/2008
 
Notice Type
Sources Sought
 
NAICS
541513 — Computer Facilities Management Services
 
Contracting Office
Department of the Air Force, Air Force Space Command, 21CONS (Bldg 982), Base Support Flight, 700 Suffolk Street, STE 1200, Peterson AFB, Colorado, 80914-1200
 
ZIP Code
80914-1200
 
Solicitation Number
FA2517-08-R-7001
 
Archive Date
9/5/2008
 
Point of Contact
Michael A. Carmody,, Phone: 719-556-0495, Teresa T Lee,, Phone: 719-556-1305
 
E-Mail Address
michael.carmody@peterson.af.mil, teresa.lee@peterson.af.mil
 
Small Business Set-Aside
N/A
 
Description
SOURCES SOUGHT/NORAD-USNORTHCOM (N-NC) Information Technology Support (N2IT) N2IT O&M, FA2517-08-R-7001 Description 1. This is only a Sources Sought Synopsis and is not a Request for Proposal (RFP). A solicitation is not being issued at this time and this notice shall not be construed as a commitment by the Government to issue a solicitation or ultimately award a contract, nor does it restrict the Government to a particular acquisition approach. This sources sought is being published for market research purposes only, to identify potential sources capable of providing Information Technology (IT) and Telecommunications services for NORAD-NORTHCOM Headquarters (N-NC), Subordinate Commands, Regions, Sectors and other geographically-separated units (GSUs) for all classified and unclassified networks. Capabilities required include, but are not limited to: IT Planning, IT Engineering and Integration (E&I) for the enterprise and local enclaves, Network Management and Operations (O&M), Video Teleconferencing (VTC), Video Information (VI), Information Protection (IP), Information Assurance (IA)/Computer Network Defense (CND), Help Desk (HD), Workgroup Manager Training, and Web services. Support for N-NC requires life cycle sustainment for infrastructure and Command, Control, Communications, Computer (C4) hardware; IT asset inventory accountability, receipt and turn-in of all C4 assets; PC maintenance for assets not covered by vendor warranty; Defense Messaging Systems (DMS) administration; information security mechanisms and execute IP process to include detection and correction of viruses and other security vulnerabilities. The N-NC current network infrastructure contains both secure and non-secure networks. These networks are comprised of approximately 200 servers, 150 Cisco switch/routing devices and 6000 work stations. These are mission critical assets and shall configure and operate in accordance with (IAW) all mandatory Department of Defense publications. Contract success for this task is a measure of whether the site's Command, Control, Communication, Computer and Information (C4I) systems are available and operational 24/7 to effectively conduct peacetime, wartime, and contingency operations. The North American Industry Classification Systems (NAICS) Code proposed for the requirement 541513. The size standard for NAICS 541513 is $25M. 3. Any information provided by industry to the Government as a result of this sources sought synopsis is strictly voluntary. Responses will not be returned. No entitlements to payment of direct or indirect cost or charges to the Government will arise as a result of contractor submission of responses or the Government's use of such information. The information obtained from industries responses to this notice may be used in the development of an acquisition strategy and future RFP. Statement of Capability Interested parties are requested to submit a statement of capability outlining past work that is related to this requirement listed in the Description. Responses are limited to fifteen (15) pages. The statement of capability shall provide a brief description of the company's business size, business status (i.e., large/small business, disadvantaged, HUBzone, woman-owned), anticipated teaming arrangements, and a description of similar services offered to the Government and to commercial customers. Any responses involving teaming agreements should delineate between the work that will be accomplished by the prime and the work accomplished by teaming partners. Along with a description of relevant contracts experience, include the contract number, magnitude, place of performance, and points of contact for each example provided (name of point of contact, address, e-mail, telephone number, fax number, and the company's web page, if applicable). The statement of capability shall be UNCLASSIFIED. Again, any information submitted by the respondents to this source sought synopsis is strictly voluntary. The Government will use this information in determining its small business set-aside decision. The company's standard format is acceptable; however, the limit for all responses is not to exceed fifteen (15) single-sided, 12 font size, 8 ½ x 11-inch pages. Submission Requirement Contractors capable of providing these services should submit a Statement of Capability containing the above reference information via email to Teresa.Lee@peterson.af.mil and Michael.Carmody@peterson.af.mil. Each submission should be virus scanned prior to being sent via e-mail to the POC's listed above. Electronic submission is required. Responses shall be received no later than 2:00 P.M. (1400 hrs) Mountain Standard Time (MST), Thursday, 04 September 2008. Point of Contacts: Teresa Lee, Contracting Officer, Phone (719) 556-1305, Fax (719) 556-7900 or Michael Carmody, Contract Specialist, Phone (719) 556-0495, Fax (719) 556-7900. NOTE: It is the respondent's responsibility to verify the package was delivered or email was received and can be viewed. All responses must address each of the above stated requirements.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=0dbcadd14bf9a4541f8c6b14100c7b05&tab=core&_cview=1)
 
Record
SN01646406-W 20080822/080820222806-0dbcadd14bf9a4541f8c6b14100c7b05 (fbodaily.com)
 
Source
FedBizOpps 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.