Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 13, 2009 FBO #2941
SPECIAL NOTICE

D -- Market Research for the U.S. Army Transportation Center, Directorate of Information Management

Notice Date
12/11/2009
 
Notice Type
Special Notice
 
NAICS
541513 — Computer Facilities Management Services
 
Contracting Office
Fort Eustis Contracting Center, Building 2798, Fort Eustis, VA 23604-5538
 
ZIP Code
23604-5538
 
Solicitation Number
W911S0-10-DOIM
 
Archive Date
3/11/2010
 
Point of Contact
Scott Bedford, 757-878-3166
 
E-Mail Address
Fort Eustis Contracting Center
(scott.d.bedford@us.army.mil)
 
Small Business Set-Aside
N/A
 
Description
The Mission and Installation Contracting Command Center-Fort Eustis (MICCC-E) is conducting market research in accordance with Federal Acquisition Regulation (FAR) Part 10, therefore seeking information from industry for a follow-on requirement that shall support the U.S. Army Transportation Center, Directorate of Information Management (DOIM), at Ft Eustis, VA. The current contract, W91QF1-06-D-0004 was awarded to Bowhead Information Technology Services. Period of Performance: 1 Oct 2006 - 30 Sep 2011. The purpose of this pending requirement is to provide Command, Control, Communications, Computers, and Information Management (C4IM) baseline, above baseline, and mission services at these locations: Fort Eustis, Fort Story, Fort Monroe, and 720 Thimble Shoals Blvd, Suite 130, Newport News, VA 23606. The Government has not determined the contract type or whether the requirement will be single or multiple awards. The Period of Performance shall be no more the 5 years (Phase-In Period (TBD), Base period (TBD), and four option years). Any information provided by industry to the Government as a result of this market research or any follow-up information requests is voluntary and shall be treated as confidential. No reimbursement will be made for any costs associated with this or future requests. Additional information, as it becomes available, will be posted as amendments to this announcement. All amendments will be available for viewing at this website. It is incumbent upon the interested parties to review the site frequently for any updates and amendments to any and all documents. All potential offerors are reminded, in accordance with FAR 52.204-7, Central Contractor Registration; lack of registration in the Central Contractor Registration (CCR) will make an offeror ineligible for contract award. Additionally, in accordance with Federal Acquisition Regulations (FAR) 52.204-8, Annual Representations and Certifications, offerors are also reminded to register with Online Representations and Certifications Application (ORCA) at https://orca.bpn.gov. 1. Please provide the following company specific information: a. Your Data Universal Numbering System (DUNS) number or Commercial And Government Entity (CAGE) code number; b. A brief description of your companys business size and status (i.e., HUBZone, woman/veteran/service disabled veteran/native American/minority-owned); c. A point of contact (POC) name, telephone number and e-mail address. 2. Market research questions: a. Can your company provide firm fixed unit pricing for all of the work described in the base contract period and each of the anticipated four one-year option periods? If not, which elements of the overall project would not be appropriate for company fixed unit pricing? b. Is there a typical commercial pricing structure (i.e., how would the Contract Line Item Numbers be broken out)? Please explain. c. To promote superior performance and to provide the government insight into performance trends and customer satisfaction, metrics may be reported on at least a monthly basis. " What metrics are most commonly used by your government and industry customers to measure performance and/or quality? " What performance metric, introduced in the last four years, has most helped your customers assess the services provided to the end users? Why? " What approaches (systemic, manual sampling, customer interviews, etc.) are you using to measure quality and customer satisfaction? What technologies are used to perform trend analysis on performance and how is that trend analysis reported? d. What innovations does your company use to address customer needs and address performance issues? e. The Government contemplates a 30 day phase-in period. Do you foresee any possible transition problems that would require your company a longer phase-in period? If yes, what do you consider sufficient length for phase-in? f. Identify any other customary practices that reflect the commercial way of doing business that we have not asked and would be pertinent to this requirement. Please explain. g. Identify any concerns you have with this requirement (include any changes or technological advances that affect these requirements or any pitfalls to be avoided). h. Please provide any other applicable comments or recommendations not addressed in this questionnaire. 3. General Requirements See attached DRAFT PWS and Attachment A & B. 4. The Government is requesting you be succinct and limit your response to above questions (no more than 10 pages). Please submit your response electronically (virus scanned) via e-mail by COB 23 Dec 2009 to: scott.d.bedford@us.army.mil. We appreciate your participation and input. ALL inquiries and responses must be submitted as instructed above Telephone and FAX inquiries will not be accepted.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/634a528f67266b5b82de70d158287b06)
 
Record
SN02022595-W 20091213/091211235740-634a528f67266b5b82de70d158287b06 (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.