Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 22, 2013 FBO #4136
SOURCES SOUGHT

D -- Information Technology and Visual Technology Support Services for Tripler Army Medical Center, the Warrior Ohana Medical Clinic (WOMC), and occasional support services at Schofield Barracks Health Clinic (SBHC) and Fort Shafter, HI

Notice Date
3/20/2013
 
Notice Type
Sources Sought
 
NAICS
541519 — Other Computer Related Services
 
Contracting Office
RCO Hawaii (PARC Pacific, 413th CSB), Regional Contracting Office, Hawaii, ATTN: SFCA-POH-H, Building 520, Pierce Street, Fort Shafter, HI 96858-5025
 
ZIP Code
96858-5025
 
Solicitation Number
W912CN-13-R-0018
 
Response Due
4/22/2013
 
Archive Date
5/19/2013
 
Point of Contact
Bronson Abrigo, 8086560937
 
E-Mail Address
RCO Hawaii (PARC Pacific, 413th CSB)
(bronson.k.abrigo.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a sources sought announcement only. All responses will be used for market analysis in determining the availability of potentially small businesses that may be used to determine appropriate acquisition strategy. No solicitation is being issued at this time. The 413th Contracting Support Brigade, Regional Contracting Office, Hawaii is performing market research for a recurring service type contract, Indefinite Delivery Indefinite Quantity Service Contract (IDIQ) for the Pacific Regional Medical Command's (PRMC) area of responsibility on the island of Oahu. Services require Information Technology and Visual Technology Support Services for Tripler Army Medical Center, the Warrior Ohana Medical Clinic (WOMH), and occasional support services at Schofield Barracks Health Clinic (SBHC) and Fort Shafter, HI. Previous contract was a Firm Fixed Price Service contract; the new contract will be issued for service type projects under the Service Contract Act (SCA). The contractor shall perform to the standards in the contract and adhere to all local, state, and federal regulations for Information Technology and Visual information support services. The Government intends to award a firm-fixed price commercial service IDIQ to not more than one awardee. It is anticipated that the contract performance period will include a base period of 1 year, continuing service following the expiration of the current contract on 1 Oct 2013, plus 2 option years extending through 30 Sept 2016. The North American Industry Classification Systems (NAICS) Code proposed for the requirement is 541519, Other Computer Related Services. The size standard for NAICS code 541519 is $25 Million. This sources sought notice is to determine interest and capability if potential qualified 8(a) Business Development firms; Women Owned Small Businesses (WOSB); Economically Disadvantaged WOSB; Historically Underutilized Business Zone (HUBZone) small businesses; and Service Disabled Veteran Owned Small Businesses (SDVOSB) relative to the NAICS code provided. The Government intends to use the Lowest Price Technically Acceptable (LPTA) evaluation criteria. To make an appropriate acquisition decision of this project, the Government may use Responses to this sources sought synopsis. The type of solicitation issued and the manner of advertisement may depend on the responses to this sources sought synopsis. This Sources Sought Notice is issued for the purpose of market research in accordance with FAR Part 10. The PWS attached is posted with this notice. Interested contractors should submit their capability statement in writing. Submission requirements for responses to this sources sought synopsis: (1) Your intent to submit a proposal for this project when it is formally advertised. (2) Name of firm with address, phone, e-mail and point of contact. (3) CAGE Code, DUNS number or a copy of your Central Contractor Registration (CCR) information (4) Size of firm including category of small business, such as 8(a), WOSB, EDWOSB, HUBZone, and/or SDVOSB (5) Statement of Capability (SOC) stating your skills, experience, knowledge, and equipment required to perform the specified type of work. This should include documentation of past specialized experience and technical competence in performing similar projects, up to three (3) past projects for which your firm was the prime contractor. The SOC should be no more than two pages in length. Firms responding to this source sought synopsis, who fail to provide ALL of the required information requested, will not be used to assist the Government in the acquisition decision, which is the intent of this source sought synopsis. Additional information regarding this requirement will be posted for viewing as it becomes available. All potential offerors are reminded that in accordance with Federal Acquisition Regulation (FAR) 52.204-7, SAM, Lack of registration in the System for Award Management (SAM) will make an offerror ineligible for contract award. NOTE: It is the responsibility of all potential offerors to monitor the FedBizOpps website for release of any future updates. Submissions to this notice may be emailed to Bronson Abrigo, 413th Contracting Support Brigade at Bronson.k.abrigo.civ@mail.mil no later than 10:00 a.m. (Hawaii Standard Time) April 22, 2013. 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 costs or charges to the Government will arise as a result of contractor submission of responses, or the Government's use of such information.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/789deaf6a616d2afd7e0e93cc0049f06)
 
Place of Performance
Address: RCO Hawaii (PARC Pacific, 413th CSB) Regional Contracting Office, Hawaii, ATTN: CCEC-PAH-P, Building 108, 742 Santos Dumont Ave Wheeler Air Field HI
Zip Code: 96857-5026
 
Record
SN03016226-W 20130322/130320234240-789deaf6a616d2afd7e0e93cc0049f06 (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.