SOURCES SOUGHT
D -- THIS IS A SOURCES SOUGHT FOR RESEARCH PURPOSES. The Mission and Installation Contracting -Fort Bragg, is in the process of determining the acquisition strategy and capability for providing LAN Systems Network Engineer at Fort Bragg NC.
- Notice Date
- 8/10/2015
- Notice Type
- Sources Sought
- NAICS
- 541519
— Other Computer Related Services
- Contracting Office
- MICC Center - Fort Bragg, Directorate of Contracting, ATTN: SFCA-SR-BR, Building 1-1333, Armistead & Macomb Streets, Fort Bragg, NC 28310-5000
- ZIP Code
- 28310-5000
- Solicitation Number
- W9124715TAFIT
- Response Due
- 8/14/2015
- Archive Date
- 10/9/2015
- Point of Contact
- Julia Kennedy, 9109082145
- E-Mail Address
-
MICC Center - Fort Bragg
(julia.a.kennedy6.civ@mail.mil)
- Small Business Set-Aside
- N/A
- Description
- This is a sources sought notice and request for information (RFI). This is not a formal solicitation. Any formal solicitation will be announced separately at a later time. Please note that the solicitation number used for this sources sought may be different from the one that will be used in the pre-solicitation notice. Information provided to the Government as a result of this posting is strictly voluntary and given with no expectation of compensation, and clearly provided at no cost to the Government. Contact with Government personnel, other than the Contract Specialist or Contracting Officer, by a potential offeror or their employees regarding this requirement is strictly prohibited. Please do not request a copy of a solicitation, as one does not exist. The purpose of posting this RFI is to locate experienced service providers capable of and interested in performing a non-personal services contract that provides LAN Systems Network Engineer on Fort Bragg/ Pope AAF, NC. Responses are welcomed from all Small Business firms. The summary of services is as follows: The contractor shall perform Network and Systems Management Support Services located at Pope AAF, Ft Bragg, NC as defined in this Performance Work Statement (PWS). The services shall be in accordance with the precepts of the American Medical Association (AMA), American Dental Association (ADA), the Joint Commission Manual, and the professional standards at the Limited Scope Medical Treatment Facility (LSMTF) where services are provided. This PWS describes performance based work environment in terms of quote mark what quote mark the required service outputs are rather than quote mark how quote mark the work is to be performed. The contractor is encouraged to strive for constant improvement and innovation in the performance of this PWS as long as the performance objectives are being achieved at the desired levels of performance. Cited publications and referenced forms are required in specific areas to support compatibility, safety, and public law and executive order issues within the Air Force environment. The contractor is required to manage the quality and the services delivered using their internal management structure. The ultimate goal of this PWS is for the contractor to provide the required support to ensure continued operations of the 43d Medical Squadron Servers, Local Area Network and Database Programming/Management. The anticipated period of the contract is 01 OCT 2015 through 29 Sept 2016 with (4) one-year option periods. The resultant contract will be a Firm Fixed Price contract. The solicitation will be issued electronically and will be available for viewing at the following websites: the Army Single Face to Industry (ASFI) website at: https://acquisition.army.mil/asfi/ or FEDBIZOPPS.GOV at https://www.fbo.gov. The North American Industry Classification Systems (NAICS) Code proposed for the requirement is 541519, quote mark Other Computer Related Services. quote mark The size standard for NAICS 541519 is $27.5 Million. Comments on this NAICS and suggestions for alternatives must include supporting rationale. This NAICS Code is subject to change if necessitated by the responses to this Sources Sought. The contemplated contract will consist of services that are detailed in the attached DRAFT Performance Work Statement (PWS) - Specific Tasks. This requirement is for all services identified in the PWS. Any qualified and interested companies responding to this announcement must be able to support all areas. NO partial support responses from industry will be accepted. The Government is seeking only, qualified, experienced sources interested in performing the services identified in the attached PWS. Fort Bragg is interested in obtaining information from industry that will help to support a determination of the appropriate set aside category for the acquisition strategy. Both large business concerns and all categories of small business are encouraged to respond to this request. The Government is requesting that interested businesses that feel they can fully support this requirement, furnish the following information: 1) Capability Statement to include experience with similar projects of a comparable magnitude. Capability statement should include your firm's general background, experience, qualifications and industry specific awards. A special notation should be made of similar or related programs performed for the Government including documentation with reference to the applicable contract numbers and the supervising agencies. Examples of print quality are encouraged. 2) Company name, address, point of contact, telephone number, Duns & Bradstreet Unique Numbering System (DUNS) number, Central Contractor Registration (CCR), and Commercial and Government Entity (CAGE) code and e-mail address. 3) Please include type of business (small, small disadvantaged, woman-owned, HUBZone, serviced-disabled veteran-owned small business, large business, etc.) under North American Industry Classification System (NAICS) 541519 which contains a size standard of $27.5M. 4). Provide no more than three (3) references for no more than three (3) of the most recent and relevant contracts directly relating the attached PWS, performed within the last three (5) years. Include name, address, telephone number, and e-mail address of references. Also, provide a brief description of the work performed, contract number, total contract value, and period of performance. We are also looking for input from industry relative to how this type of service is performed in the private sector in order to maximize the incorporation of commercial standards and practices where practicable. Responses should be sent by email to julia.a.kennedy6.civ@mail.mil with a header description of quote mark Sources Sought Response - LAN SYS Network Engineer. quote mark Responses are due in this office no later 12:00pm EST, on 14 August 2015.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/6c37192b94b6584d2dc1933e26da2aa6)
- Place of Performance
- Address: MICC Center - Fort Bragg MICC- Center Fort Bragg, 2-1105 C stack, Macomb Streets Fort Bragg NC
- Zip Code: 28310-5000
- Zip Code: 28310-5000
- Record
- SN03831871-W 20150812/150811000155-6c37192b94b6584d2dc1933e26da2aa6 (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 |