SOURCES SOUGHT
D -- JNCC-A Subject Matter Expert (SME) Provided IT Support - Statement of Work
- Notice Date
- 10/19/2009
- Notice Type
- Sources Sought
- NAICS
- 541513
— Computer Facilities Management Services
- Contracting Office
- Department of the Army, Joint Contracting Command, Iraq/Afgahnistan, BAGRAM RCC, APO AE, Non-U.S., 09354, Afghanistan
- ZIP Code
- 00000
- Solicitation Number
- W91B4N-09-R-5020-SSNotice
- Archive Date
- 11/8/2009
- Point of Contact
- Amy F. Bouren, Phone: 318-431-3152
- E-Mail Address
-
amy.bouren@afghan.swa.army.mil
(amy.bouren@afghan.swa.army.mil)
- Small Business Set-Aside
- N/A
- Description
- Statement of Work Sources Sought Synopsis for Joint NETOPS Control Center - Afghanistan (JNCC-A) SME Provided IT Support Contracting Office Address Joint Contracting Command Iraq/Afghanistan (JCC I/A) Bagram Regional Contracting Center (BRCC), Bldg. 90 APO, AE 09354 Point of Contact: Amy Bouren, US ARMY email: amy.bouren@afghan.swa.army.mil DSN phone: 318-431-3152 Requirement Bagram Regional Contracting Center (BRCC) has a requirement for Command, Control, Communications, and Computer Information (C4I) services that will support planning, program management, integration, operation, and maintenance of the Combined Joint Operations Area-Afghanistan (CJOA-A) level communications and computer networks for the Afghanistan Area of Responsibility (AOR). The Joint NETOPS Control Center-Afghanistan (JNCC-A) will be the principal theater signal organization capable of managing all C4I in CJOA-A. The JNCC-A functions will require senior Information Technology (IT) contractor services augmentation. Contractor services will allow United States Forces-Afghanistan (USFOR-A) to achieve full interoperability of the C4I systems on and off the battlefield among the US, Allied, and Coalition forces, and gain efficiencies of scale to establish a world class network operation. Description of Services See attached Statement of Work (SOW) for a detailed description of services. The attached SOW is subject to change. Request for Information This is a Sources Sought Notice only. This is not a solicitation announcement. This notice neither constitutes a Request for Proposal, nor does it restrict BRCC to an ultimate acquisition approach. No contract will be awarded from this announcement and requests for a solicitation will not receive a response. No reimbursement will be made for any costs associated with providing information in response to this announcement. Any information submitted by respondents to this notice is strictly voluntary. This Sources Sought Notice is in support of market research being conducted by BRCC to determine potential sources capable of fulfilling all requirements associated with JNCC-A. Firms responding to this notice are also requested to provide BRCC with capability statements, which need to include at a minimum: A. Company name and CAGE code. B. Mailing address. C. Point of contact (to include phone/fax and e-mail). D. Website, if applicable. E. State whether or not your company is registered under NAICS code 541513. F. State the size of your company in terms of average annual revenue. G. Degree of experience providing same or similar services as outlined in summary and other information above. H. Identify any past or current Government contracts for same or similar services within the last three years. The anticipated contract type is Firm-Fixed Price. The estimated Solicitation issuance date is 26 October 2009. Upon RFP issuance, contractors are encouraged to submit proposals. The resultant contract for this acquisition will be for a basic period of twelve (12) months and three (3) one-year option periods with an anticipated start date of 1 December 2009. The solicitation shall incorporate provisions and clauses that are in effect through Federal Acquisition Circular FAC 2005-37, effective 14 October 2009. The North American Industry Classification System (NAICS) code for this procurement is 541513, Computer Facilities Management Services. The successful contractor will be selected utilizing lowest price technically acceptable (LPTA) source selection procedures in accordance with FAR 15.101-2. This requirement will be solicited under FAR Part 12 utilizing commercial acquisition procedures. Other Details The solicitation and other attachments will be posted on or about 26 October 2009 and MUST be downloaded from Federal Business Opportunities (FedBizOpps) at www.fbo.gov. Do not request via fax or mail. No paper copies will be issued. It is important to check this site frequently for any updates/amendments. Capabilities statement should be submitted via e-mail to Amy Bouren: amy.bouren@afghan.swa.army.mil; no later than 1500 hrs. CST, Saturday, 24 October 09.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/ed41fc395244e75c2b4d226612fff040)
- Place of Performance
- Address: Bagram Air Base, Afghanistan
- Record
- SN01988086-W 20091021/091019235231-ed41fc395244e75c2b4d226612fff040 (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 |