Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 25, 2011 FBO #3408
SOURCES SOUGHT

99 -- Medical Education Directorate (MEDCOM) Web Based Application

Notice Date
3/23/2011
 
Notice Type
Sources Sought
 
NAICS
518210 — Data Processing, Hosting, and Related Services
 
Contracting Office
Contracting Center of Excellence (NCR-CC), ATTN: Policy and Compliance, 5200 Army Pentagon, Room 1D245, Washington, DC 20310-5200
 
ZIP Code
20310-5200
 
Solicitation Number
W91WAW-11-R-0071
 
Response Due
4/6/2011
 
Archive Date
6/5/2011
 
Point of Contact
Jeannette Jordan, 703-428-0307
 
E-Mail Address
Contracting Center of Excellence (NCR-CC)
(jeannette.jordan@us.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
THIS IS REVISED SOURCES SOUGHT ANNOUNCEMENT FROM W91WAW-11-r-0023/ This sources sought announcement is for information and planning purposes only; it is not to be construed as a commitment by the Government. A Contract my not be awarded as a result of this sources sought announcement. The US Army Contracting Command, National Capital Region Contracting Center (NCRCC) at Hoffman II, on behalf of USA Joint Health Service Agency, intends to procure services for design, analysis, modifications, testing, security and implementation of automation requirements in support of the MEDCOM Medical Education Directorate's web based application and web pages using small business set-aside procedures in accordance with FAR Part 19 or under full and open competitive procedures. If at least two (2) small business concerns are determined by the Government to be capable of performing this requirement based on the evaluation of the capability packages submitted by 10:00 a.m. on _06 April_ 2011 the requirement will be solicited as a 100% set-aside for small business concerns in accordance FAR Part 19. If capability packages are not received from at least two responsible small business concerns in accordance with FAR Part 19 by the response date or if the Government determines that no small business concerns in accordance with FAR Part 19 are capable of performing this requirement based upon an evaluation of the capability packages submitted; this requirement will be solicited under full and open competitive procedures. Only small businesses are to submit capability packages. Interested small business concerns in NAICS code 518210 with size standard of $25M dollars are encouraged to submit their capability packages. The capability packages for this sources sought market survey are not expected to be proposals, but rather statements regarding the company's existing experience in relation to the areas specified in the PWS. Capability packages must not exceed and must be submitted electronically. Due to time constraints questions will not be accepted concerning this requirement. Small business concerns are to outline their qualifications and experiences in the following: Do you have experience in designing, analyzing, modifying, testing, security and implementation of automation requirements in support of a custom developed internet based software? If so, please describe scope of experience. Our website consists of 6 interconnected modules which allow students and soldiers to apply for and enroll in medical incentive programs, schedule medical training both within the Army and the public sector, process reimbursement claims, create disbursements documents for multiple medical entitlement incentives, track and report applicants, enrollments, training, financial information, and human resource and force management data. (PWS REFERENCE: 1.3.1, 1.3.2, 1.4, 1.6.9.4, 5.1.1, 5.1.4, 5.1.6) Do you have experience in maintaining a tenant website in good standing on the Pentagon's server farm? If so, please indicate length of time and what security measures were instituted to safeguard the website's information. (PWS REFERENCE: 1.6.9.1, 5.1.2) Do you have experience in analyzing, redesigning and upgrading classic ASP code into ASP.net? Do you have experience in analyzing, redesigning and upgrading ASP.net to a product similar to SilverLight? If so, please describe your ability to sustain, maintain and ensure compatibility with emerging technologies. (PWS REFERENCE: 1.3.2, 1.3.4, 5.1.7) Do you have experience in converting functionality currently on a mainframe to a custom web-based application? Do you have experience in working with websites which interface with other government human resource and financial websites? (PWS REFERENCE: 1.3.3, 5.1.3, 5.1.8) Do you have experience developing requirement documents for new custom automation initiatives? If so, please describe the scope of the project. (PWS REFERENCE: 1.3.1, 5.1.1, 5.1.5) Do you have experience with transitioning to a custom web-based application? If so, please describe your experience. (PWS REFERENCE: 1.12) Areas or tasks where a contractor does not have prior experience should be annotated as such. **NOTE: The following questions can also be inserted at the KO'S discretion as follows: In addition, the following questions must be answered and elaborated on as part of the package: (1) Past Performance - Does your firm have the relevant past performance within the last three (3) years? (include contract numbers, contract type, dollar value of each procurement, point of contacts, and brief description of the work performed); (2) Corporate Experience-Does your firm have the work experience similar in nature, scope, complexity, and difficulty of work in the PWS. A Firm-Fixed-Price Award-Fee contract is anticipated. The anticipated period of performance shall be for one (1) Base year base period of 12 months and four (4) one year Option periods beginning on 1 July 2011.The place of performance will be within the Metropolitan DC area and be considered as local travel. A SECRET clearance is not required. However, Contractor personnel must be U.S. citizens. Responses to this sources sought must be submitted by email to the POC identified below. No solicitation mailing list will be compiled. Contractors are responsible for all costs for submitting their capability packages. POC is Ms. Jeannette Jordan. My email address is Jeannette.jordan@us.army.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/3715a6529aa905808ee4d07d776a4757)
 
Place of Performance
Address: Contracting Center of Excellence (NCR-CC) ATTN: Policy and Compliance, 5200 Army Pentagon, Room 1D245 Washington DC
Zip Code: 20310-5200
 
Record
SN02407643-W 20110325/110323234604-3715a6529aa905808ee4d07d776a4757 (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.