SOURCES SOUGHT
D -- TRADOC Mission Application Support Services (TMSS)
- Notice Date
- 11/21/2014
- Notice Type
- Sources Sought
- NAICS
- 541513
— Computer Facilities Management Services
- Contracting Office
- MICC Center - Fort Eustis (Joint Base Langley-Eustis), Building 2798, Fort Eustis, VA 23604-5538
- ZIP Code
- 23604-5538
- Solicitation Number
- W911S0-14-TMSS
- Response Due
- 12/8/2014
- Archive Date
- 1/20/2015
- Point of Contact
- Stella Maris Onuorah, 757-501-8124
- E-Mail Address
-
MICC Center - Fort Eustis (Joint Base Langley-Eustis)
(stella.m.onuorah.civ@mail.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- This is a Sources Sought announcement seeking responses from all small business concerns, to include: 8(a), HUBZone, and women-owned small businesses; veteran-owned small businesses; small disadvantaged businesses; service-disabled veteran-owned small businesses; and, economically disadvantaged women-owned small businesses. Tell MICC-Eustis why the Government should not go to a large business and what type of CLIN structure is recommended and why? The Mission and Installation Contracting Command (MICC)-Fort Eustis, Virginia is seeking competition for contract support services for the TRADOC Mission Services Support (TMSS). The contractor shall accomplish server administration, process and technical analysis, integration of technologies, maintenance, user training, administrative, clerical, documentation, and related tasks associated with the operation of HQ TRADOC Knowledge Environment (TKE) and mission specific applications and servers. The contractor shall also furnish the necessary personnel. The North American Industry Classification System Codes (NAICS) contemplated for this requirement is 541513, Computer Systems Management Services, with a size standard of $27.5M. This Sources Sought Synopsis is issued for maximizing competition. Should anything in the requirement be construed as limiting competition, please feel free to contact the MICC Special Competition Advocate (SCA) at dean.m.carsello.civ@mail.mil. Background: HQ TRADOC G-6 operates mission specific systems and applications that provide technical solutions to collaboration and budgetary processes. The Contractor will provide support to the TKE SharePoint farm and specific mission applications and servers. The current environment is comprised of Microsoft technologies including Server 2008 and SharePoint Portal Server 2007/2010. HQ TRADOC G-6 leverages the Army Microsoft Enterprise License Agreement (ELA) and other third party tools to improve existing business processes and unite the disparate TRADOC information technology (IT) support services. Responses: Responses are limited to ten (10) pages. It is required that all contractors doing business with the Government is registered with the System for Award Management (SAM) at website: https://www.sam.gov. Your response shall include the following information: size of company (i.e., 8(a), HUBZone, women-owned small business, veteran-owned, small disadvantaged business, service-disabled veteran-owned, etc.); revenue for last three years; number of employees; provide information demonstrating that your firm has performed similar work for at 12 consecutive months within 3 years with a contract value of at least $1.6 M. The Capability Statement shall succinctly address the necessary functional area expertise and experience and demonstrate the contractor's capability to perform the requirements of this Performance Work Statement: (1) The contractor's ability to manage, as prime contractor, the types and magnitude of tasking in the PWS; and (2) The contractor's technical ability, or potential approach to achieving technical ability, to perform at least 50% of the cost of the contract incurred for personnel with its own employees; and (3) The contractor's capacity, or potential approach to achieving capacity, to conduct the Requirements of the PWS. For the purposes of this Capability Statement, capacity shall refer to matters such as the magnitude of the tasking, the size of the staff needed. It is imperative that business concerns responding to this Sources Sought articulate their capabilities clearly and adequately. Industry input is also requested on the DRAFT Performance Work Statement (PWS) that is attached. Questions and/or feedback related to the PWS MUST be submitted as a separate document. The capability statement and input for the Draft PWS shall be sent by email only to Stella.m.onuorah.civ@mail.mil NOT LATER THAN 2:00 PM EDT 08 December 2015. Any questions shall be directed to Stella-Maris Onuorah by email: Stella.m.onuorah.civ@mail.mil. No proposals are requested by this announcement; all responses shall be solely in the form of information and materials. In accordance with FAR 15.201(e), responses to this notice are not offers and cannot be accepted by the U.S. Government to form a binding contract. The Government is under no obligation to issue a solicitation or to award any contract on the basis of this RFI. Further, the Government is not seeking proposals and will not accept unsolicited proposals or any cost or pricing data. Contractors are advised that the U.S. Government will not pay for any information or administrative costs incurred in response to this Sources Sought. All costs associated with responding to this Sources Sought will be the sole responsibility of the contractor. All submissions will be treated as business confidential materials, become U.S. Government property, and will not be returned. If a solicitation is released, it will be synopsized on the Federal Business Opportunities (FEDBizOpps) website. It is the responsibility of the potential offerors to monitor these sites for additional information pertaining to this requirement. ANTICIPATED PERIOD OF PERFORMANCE Base Period:5 June 2015 - 4 June 2016 (12mo.) Option Period I:5 June 2016 - 4 June 2017(12 mo.) Option Period II:5 June 2017 - 4 June 2018 (12 mo.)
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/1aacb8ea9df9446d2b1f8ee7b70b8730)
- Place of Performance
- Address: MICC Center - Fort Eustis (Joint Base Langley-Eustis) 705 Washington BLVD Fort Eustis VA
- Zip Code: 23604-5538
- Zip Code: 23604-5538
- Record
- SN03579837-W 20141123/141121234940-1aacb8ea9df9446d2b1f8ee7b70b8730 (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 |