Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 08, 2017 FBO #5525
SOURCES SOUGHT

D -- CASCOM IT Support Services - DRAFT PWS

Notice Date
1/6/2017
 
Notice Type
Sources Sought
 
NAICS
541519 — Other Computer Related Services
 
Contracting Office
Department of the Army, Army Contracting Command, MICC, MICC - Fort Lee, 1830 Quartermaster Road, Bldg 7124, Fort Lee, Virginia, 23801-1606, United States
 
ZIP Code
23801-1606
 
Solicitation Number
W91QF5-17-R-0004
 
Archive Date
2/9/2017
 
Point of Contact
Xanthe Otterstedt, Phone: 8047344985
 
E-Mail Address
xanthe.a.otterstedt.civ@mail.mil
(xanthe.a.otterstedt.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
Attachment 1 - Draft PWS The Mission and Installation Contracting Command (MICC) Fort Lee is issuing this sources sought synopsis that will be used as a market tool to aid in determining if sufficient Small Business interest and capability is available to perform the requirement for the U.S. Army Combined Arms Support Command (CASCOM) Information Technology (IT) Support and Digital Trainers Support Services. Small businesses believing that they have the capability to perform all or part of the requirements are welcome to demonstrate their capabilities. We encourage all small business concerns, in all socioeconomic categories (including, 8(a) Business Development Program, Small Disadvantage Business, Historically Underutilized Business Zone, Service-Disabled Veteran-Owned, Women-Owned Small Business concerns), to identify their capabilities in meeting the requirement. We also encourage teaming, mentor protégé joint ventures and subcontracting with similarly situated entities. This Sources Sought Is For Informational Purposes Only. This is not a Request for Quote (RFQ) or "Request for Proposal (RFP) and shall not be construed as a commitment by the Government. Responses In Any Form Are Not Offers And The Government Is Under No Obligation To Award A Contract As A Result Of This Announcement. No funds are available to pay for preparation of responses to this announcement. Not responding to this notice does not preclude participation in any future request for proposal (RFP), if any issued. If a solicitation is released, it will be synopsized on the Government-Wide Point of Entry (GPE). It is the responsibility of potential offerors to monitor the GPE for additional information pertaining to this requirement. Mission: The CASCOM G-6 mission is to provide information technology support to CASCOM and its subordinate organizations, which include but are not limited to the Army Logistics University (ALU), Ordnance (OD), Quartermaster (QM), and Transportation Corps (TC). The G-6 mission is very broad and includes computer and IT support for Department of the Army (DA) civilians, Contractors, and permanent party military personnel. The Contractor shall provide Non-secured Internet Protocol (IP) Router Network (NIPRNET), Secret Internet Protocol Router Network (SIPRNET), Digital Trainers (i.e., Logistic Information Systems (LIS), BEMT, STRYKER, ICODES, etc.), Mission Command system training support, conventional classroom, Classroom XXI, faculty/staff, and web product support. Background: The purpose of this requirement is to obtain contract support to augment the CASCOM G-6 in executing its IT mission by providing support for the LIS-Army, which is migrating to Global Combat Support System - Army (GCSS-A), Mission Command system training, classrooms, IT systems, student IT systems, Audio Visual (AV) support, web design, and faculty and staff IT equipment. Place of Performance: Fort Lee, VA Special Requirements: -Service Contract Act is Applicable -A DD 254 Contract Security Classification Specification shall apply to this requirement and the prime contractor shall have or demonstrate ability to obtain a Secret Facility Clearance -Compliance with Section 508 -Computing Environment Certification for applicable operating system(s) -Information Assurance Training Certification Level II Anticipated Period of Performance: The anticipated period of performance for this requirement is for one (1) 12-month base period. The anticipated start of performance will be 1 May 2017. Further detail is provided in the draft Performance Work Statement (PWS) attached to this announcement (Attachment 1). NAICS Code and Size Standard: In the event an RFP is issued, North American Industry Classification System (NAICS) code 541519, Other Computer Related Services with a Size Standard of $27.5 Million is being considered. The Product Service Code (PSC) being considered is D399, Other Computer Services. In response to this sources sought, as a minimum the following should be submitted: 1. Name of the firm, point of contact, phone number, email address, website address, DUNS number, CAGE code, a statement regarding small business status (including small business type(s)/certifications(s) such as SDB, 8(a), HUBZone, SDVOSB, WOSB, etc.) 2. Information in sufficient detail regarding previous experience (indicate whether as a prime contractor or subcontractor) on similar requirements (include size, scope, complexity, timeframe, government or commercial), pertinent certifications, etc., that will facilitate making a capability determination. Such as those stated in the special requirements section of this notice (i.e. Facility Clearance, Computing Environment Certification, Information Assurance Training Certification Level II, etc.) 3. Description of your firm's ability (and any constraints) to execute and manage the requirements. What specific technical skills does your company possess which ensure capability to perform the tasks? 4. Specifically identify and describe the work that can be accomplished by the small business prime and the work that may be accomplished with teaming, joint ventures, mentor protégé etc. to demonstrate the ability to establish the right mix/team to perform 100% effort. All data received in response to this notice that is marked or designated as corporate or proprietary will be fully protected from any release outside the Government. Due Date: Electronically submitted tailored capability statements are due on 25 January 2016. All Capability Statements sent in response to this notice must be submitted electronically (via e-mail) to Contract Specialist, Xanthe Otterstedt at xanthe.a.otterstedt.civ@mail.mil in the format of either MS Word (2013 or older) or Adobe Portable Document Format (PDF). Please note: All contractors doing business with the Federal Government must be registered in the System for Award Management (SAM) database. The website for registration is https://www.sam.gov/portal/public/SAM/. This Sources Sought Notice is issued for maximizing competition. Should anything in the requirement be construed as limiting competition, please contact the MICC Advocate for Competition, Scott Kukes, at or 210-466-2269. Include the subject of the acquisition, this announcement, and the MICC Fort Lee POC information from the notice. Provide the specific aspects that unreasonably restrict competition and the rationale for such conclusion.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/22afa1986baeda9c716cf4a9e58aea3e)
 
Place of Performance
Address: Fort Lee, Fort Lee, Virginia, 23801, United States
Zip Code: 23801
 
Record
SN04365478-W 20170108/170106234000-22afa1986baeda9c716cf4a9e58aea3e (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.