Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 21, 2015 FBO #5019
SOURCES SOUGHT

D -- Full Time Support Management Control System (FTSMCS)

Notice Date
8/19/2015
 
Notice Type
Sources Sought
 
NAICS
541511 — Custom Computer Programming Services
 
Contracting Office
National Guard Bureau, Environmental/Air Acquisition Division, ATTN: NGB-RCS-BO, 1411 Jefferson Davis Highway, Arlington, VA 22202-3231
 
ZIP Code
22202-3231
 
Solicitation Number
FTSMCS
 
Response Due
8/25/2015
 
Archive Date
10/18/2015
 
Point of Contact
MAJ Jonathan Lehmann, 703-607-1234
 
E-Mail Address
National Guard Bureau, Environmental/Air Acquisition Division
(jonathan.lehmann@us.army.mil)
 
Small Business Set-Aside
N/A
 
Description
Description This is a Request for Information (RFI) For Planning Purposes Only and is Not a Notice of Solicitation Issuance. Response to this RFI is strictly voluntary and will not affect any corporation's ability to submit an offer if and when a solicitation is released. There is NO bid package or solicitation document associated with this announcement. The requested information is for planning purposes and does not constitute a commitment, implied or otherwise, that a procurement action will be issued. No entitlement to payment by the Government of direct or indirect costs or charges will arise as a result of the submission of contractors' information. The Government shall not be liable for or suffer any consequential damages for any improperly identified proprietary information. Proprietary information will be safeguarded in accordance with the applicable Government regulations. The National Guard Bureau (NGB) Systems & IT Branch on behalf of its National Guard Installations across the CONUS and surrounding territories is seeking information about potential sources interested and capable of providing services under North American Industry Classification System (NAICS) code 541511, Custom Computer Programming Services. This RFI constitutes a market research tool for the collection and analyses of information to determine the capabilities and capacity of contractors for the Full Time Support Management Control System (FTSMCS). The NAICS 541511, Custom Computer Programming Services industry comprises establishments primarily engaged in one or more of the following: Applications software programming services, custom computer, Computer programming services, custom, Software analysis and design services, custom computer, and Web (i.e., Internet) page design services, custom. The NAICS 541512, Computer Systems Design Services industry comprises establishments primarily engaged in planning and designing computer systems that integrate computer hardware, software, and communication technologies. The hardware and software components of the system may be provided by this establishment or company as part of integrated services or may be provided by third parties or vendors. These establishments often install the system and train and support users of the system. - Information with regard to NAICS as applicable Interested firms having the capabilities necessary to meet or exceed all aspects of NAICS code 541511, Custom Computer Programming Services and 541512, Computer Systems Design Services at CONUS locations as well as, other surrounding territories, may submit answers to questions below and/or capabilities statement packages? A transmittal letter shall include: oName and address of the company oCompany's business size status (i.e. Other than Small (OTS) business, Small Business (SB), Small Disadvantaged Business (SDB), Women-Owned Small Business (WOSB), Historically Underutilized Business Zone (HubZone), Section 8(a)); A point-of-contact to include phone number, fax number, and email address. In addition, please provide affiliate information: parent company, joint venture partners, and potential teaming partners. This RFI is for planning purposes and is not to be construed as a commitment by the NGB to pay for information submitted in response to this request. Respondents will not be notified of the results of the market analysis and debriefings will not be available. It is the reader responsibility to monitor the FedBizOpps or Army Single Face to Industry (ASFI) for any resultant or future solicitation package (s). Results of the market research will be used to satisfy 10, 19 and other applicable parts of the Federal Acquisition Regulation (FAR), DFARS and associated directives and guidance. Specifically, the results of the research will be used to analyze, evaluate, determined and document the capabilities and capacity of contractors to provide services as described in the Scope of Services. The information gathered may be used by the Government in a variety of ways such as to document formal acquisition plans, benefit and cost-type determination and justifications, and to determine industry best practices, technical and acquisition approaches. See attached Performance Work Statement. The Government requests comments from interested parties to the following questions: 1.Would you be interested in submitting a proposal considering the anticipated scope of work items? If not, why? 2.Do you have sufficient experience in the anticipated scope items that would allow the evaluator to assess your capability? If not, please explain. 3.What maximum annual capacity of work can your firm reasonably manage while assuring effective program/project implementation and maintaining quality products? Provide any relevant information that demonstrates the ability to manage, execute and administer a project with several task orders located in multiple regions of the CONUS? 4.Would limits on subcontracting for small businesses affect the ability to complete any of the major scope of work areas described above? If yes, please explain? 5.Large Businesses should provide average percentage of subcontracting to small businesses for all of the major scope of work areas described above? If none, please explain? 6.Have commercial procedures been used to complete any or all of the scope of services described above? 7.Do you have a current DCAA audit? 8.Do you have previous experience with the stated product or service? 9.Do you have a project management and cost tracking system in place that can accommodate both routine task order work as well as undefined response actions that may be added any time during the field effort? 10.Do you have a master subcontracting plan? 11.If you are a small business, would you consider submitting a proposal as a prime contractor? 12.In what socio-economic programs do you now participate (e.g. Mentor Protg, etc.)?What is the extent of your participation in these programs? 13.Would you participate in this acquisition with other firms as teaming members or joint ventures? What other teaming opportunities do you see for this acquisition? 14.For small business consideration, would your firm be able to compete under a different NAICS? 15.What is the normal length of a contract for the product or service previously/currently worked? 16.If applicable, have performance based services been used for those services previously/currently worked? If so, how did regulatory standards affect metrics? Where incentives used? What kinds of performance assessment methods are commonly used? 17.Do you have any other comments or suggestions that you would like to share with us? Please e-mail responses to jonathan.r.lehmann.mil@mail.mil no later than 25 August 2015. Responses must include in subject line Request for Information: Full Time Support Management Control System (FTSMCS) or mailed to: National Guard Bureau AQ-IT, 111 George Masson Dr, Arlington, VA 22204 This is an RFI to be used in planning a future acquisition, please do not send in any proposals. Request for proposals, if and when issued, will be available via the Internet at www.fedbizopps.gov. As such, it is the potential offerors responsibility to monitor these sites for the release of any additional information. THIS ANNOUNCEMENT IS NOT A NOTICE OF SOLICITATION ISSUANCE.THIS IS A REQUEST FOR INFORMATION (RFI) FOR PLANNING PURPOSES ONLY. Contracting Office Address: National Guard Bureau AQ-IT, 111 George Masson Dr., Arlington VA, 22204 Place of Performance: Multiple Sites, CONUS and surrounding territories Point of Contact(s): Major Jonathan Lehmann (703) 607-1234, ng.ncr.ngb-arng.mbx.aq-it@mail.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA92/FTSMCS/listing.html)
 
Place of Performance
Address: National Guard Bureau, Environmental/Air Acquisition Division ATTN: NGB-RCS-BO, 1411 Jefferson Davis Highway Arlington VA
Zip Code: 22202-3231
 
Record
SN03846507-W 20150821/150820000324-90470b01dff464b3e591f7b29c496a66 (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.