SOURCES SOUGHT
R -- ENTERPRISE CLASSROOM TECHNOLOGY MODERNIZATION
- Notice Date
- 6/4/2015
- 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
- W911S015TORCLSTC
- Response Due
- 6/11/2015
- Archive Date
- 8/3/2015
- Point of Contact
- Dascine Drumgold, 757-878-3166
- E-Mail Address
-
MICC Center - Fort Eustis (Joint Base Langley-Eustis)
(dascine.oliver.drumgold@us.army.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- Sources Sought Notice Training and Doctrine Command (TRADOC) Enterprise Classroom Program Classroom Technology Modernization U.S. Army Combined Arms Center (CAC), Army Training Support Center (ATSC) 1. This is a Sources Sought announcement only and is not a solicitation for proposals. The purpose of this announcement is to gain knowledge of potential qualified small business firms. Responses to this Source Sought will be used by the government in making appropriate acquisition decisions. The Mission and Installation Contracting Command (MICC) - Fort Eustis intends to procure contract support services for the U.S. Army Training and Doctrine Command (TRADOC), United States Army Combined Arms Center, Fort Eustis, Virginia. In order to provide these services, contractor shall provide all personnel, equipment, supplies, facilities, transportation, tools, materials, supervision, and other items and non-personal services necessary to perform classroom technology modernization as defined in this Performance Work Statement except for those items specified as government furnished property and services. The list of functional areas is provided in attachment 1. 2. Background: The TRADOC Enterprise Classroom Program Technology establishes a modernized digital classroom environment. These digital classrooms principally support approved instructional methodologies and instruction associated with resident training and education courses. They also ensure standards of interoperability, compatibility, scalability and sustainability that contribute to operational and sustainment efficiencies and maximize Soldier training effectiveness. Modernization may include any combination of technology, software, facilities, infrastructure and communications linked to a local or DOD network or the Global Information Grid. The TRADOC Enterprise Classroom Program Technology modernization effort provides classroom analysis, design, engineering, technology solutions, integration, and installation that are responsive to the Army Learning Model 2015 and the Army and TRADOC Campaign Plan objectives to address institutional operational adaption. 3. Responses are limited to twenty (20) pages. The designated NAICS Code is 541513, computer Facilities Management Services with a small business size standard of 27.5 M. It is required that all contractors doing business with the Government be registered with the System for Award Management (SAM) at website: https://www.sam.gov. Your response shall include the following information: revenue for last three years, number of employees, information on company's ability to sustain growth (including any lines of credit), relevant past performance on same/similar work for not more than three years and your company's capability and capacity to do this type of work. Documentation of technical expertise and capability must be presented in sufficient detail for the Government to determine that your company possesses the necessary functional area expertise and experience to compete for this acquisition. It is imperative that business concerns responding to this sources sought articulate their capabilities clearly and adequately. The information should be sent by email only to Dascine Drumgold, dascine.o.drumgold.civ@mail.mil and Mason K. Morris, Mason.k.morris.civ@mail.mil NO LATER THAN 11 June 15. Any questions shall be directed to Dascine Drumgold email: dascine.o.drumgold.civ@mail.mil and Mason K. Morris, Mason.k.morris.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 RFI. All costs associated with responding to this RFI will be the sole responsibility of the contractor. All submissions will be treated as business confidential materials, become Government property, and will not be returned. It is the responsibility of the potential offerors to monitor these sites for additional information pertaining to this requirement. ATTACHMENT 1 - FUNCTIONAL AREAS The Contractor shall be required to furnish all the necessary services, qualified personnel, material, equipment, and facilities, not otherwise provided by the Government, as needed to perform the requirements specified in the in the U.S. Army Combined Arms Center (CAC), Army Training Support Center (ATSC) contract PWS and all TOs issued under the contract.. Eligibility: The Contractor is eligible to submit Task Order Proposals in all of the following Functional Areas. Individual TOs are expected to include work that will require performance in one, or a combination of, the Functional Areas described below: Does your capabilities statement demonstrate that your firm, or you in partnership with another firm, can or has in the past, designed and engineered customized classroom training technology solutions simultaneously across 538 Army schoolhouse classrooms? Please provide legacy contract number for similar services. Does your capabilities statement demonstrate that your firm, or you in partnership with another firm, can or has in the past ability to synchronize and integrate classroom technology solutions with existing network capability simultaneously across 538 Army schoolhouse classrooms? Does your capabilities statement demonstrate that your firm, or you in partnership with another firm, can or has in the past ability to perform simultaneously at multiple sites across the United States and multiple classrooms at each site? Does your capabilities statement demonstrate that your firm, or you in partnership with another firm, can or has in the past ability to procure large amounts of equipment (IT and AV) to support 538 Army schoolhouse classrooms until classroom completion and Government Acceptance? - Does your capabilities statement demonstrate that your firm, or you in partnership with another firm, can or has in the past ability to store large amounts of equipment (IT and AV) that support 538 Army schoolhouse classrooms until classroom completion and Government acceptance? - Does your capabilities statement demonstrate that your firm, or you in partnership with another firm, can or has in the past ability to pre-stage numerous classrooms at contractor's site simultaneously prior to transporting to Army schoolhouse(s)? - Does your capabilities statement demonstrate that your firm, or you in partnership with another firm, can or has in the past ability to transport numerous turn-key classrooms simultaneously to various sites across the United States? - Does your capabilities statement demonstrate that your firm, or you in partnership with another firm, can or has in the past ability to surge and adjust schedules to meet Army schoolhouse classroom training ready dates?
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/ea9077fc237c06f5cc8011f92131655e)
- Place of Performance
- Address: MICC Center - Fort Eustis (Joint Base Langley-Eustis) Building 2798, Fort Eustis VA
- Zip Code: 23604-5538
- Zip Code: 23604-5538
- Record
- SN03752611-W 20150606/150604234935-ea9077fc237c06f5cc8011f92131655e (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 |