Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 28, 2017 FBO #5576
SOURCES SOUGHT

R -- Systems Integration into Global Combat Support System –Army (GCSS-Army) - Sources Sought

Notice Date
2/26/2017
 
Notice Type
Sources Sought
 
NAICS
541512 — Computer Systems Design Services
 
Contracting Office
Department of the Army, Army Contracting Command, MICC, MICC - Fort Sam Houston (JBSA), 2205 Infantry Post Road, Bldg. 603, Fort Sam Houston, Texas, 78234-1361, United States
 
ZIP Code
78234-1361
 
Solicitation Number
W9124J-17-R-GCSS
 
Archive Date
3/30/2017
 
Point of Contact
Sylvia Farmer, Phone: 2104662270, Cindy C. Hildner, Phone: 210-466-2269
 
E-Mail Address
sylvia.farmer.civ@mail.mil, cindy.c.hildner.civ@mail.mil
(sylvia.farmer.civ@mail.mil, cindy.c.hildner.civ@mail.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
PWS Attachment 2 PWS Attachment 1 Performance Requirements Summary Performance Work Statement SOURCES SOUGHT NOTICE Defense Medical Logistics Center, Fort Detrick, MD and Defense Health Headquarters, Falls Church, VA Systems Integration into Global Combat Support System -Army (GCSS-Army) SOLICITATION NUMBER: W9124J-17-R-GCSS NOTICE TYPE: Sources Sought for a non-personal services contract to provide support to Medical Logistics (MEDLOG) systems integration into Global Combat Support System -Army (GCSS-Army). The information received will be used within the Mission and Installation Contracting Command - Fort Sam Houston (MICC-FSH) Contracting Office on behalf of the Defense Medical Logistics Center, to facilitate the decision making process and will not be disclosed outside of the organization. This announcement is for planning and informational purposes only and SHALL NOT be considered an Invitation for Bid, Request for Quotation, or Request for Proposal. There is no obligation on the part of the Government to acquire any products or services described in this Sources Sought. This office does not intend to award a contract on the basis of this Sources Sought or reimburse respondents for information solicited. No funds have been authorized, appropriated or received for this effort. The information provided may be used by the Contracting Office in developing its acquisition strategy. BACKGROUND: There is a current need for contractor support to perform an Enterprise Architecture Analysis (EAA) for MEDLOG integration with GCSS-Army and assist the Army Medical Logistics Enterprise (AMLE) and Combined Arms Support Command (CASCOM) with implementation of the future state of MEDLOG in GCSS-Army as described in the EAA. The NAICS code assigned to the acquisition is 541512-Computer Systems Design Services with a corresponding small business size standard of $27.5M. The requirement requires the Contractor to provide qualified personnel, services, materials, equipment, supplies and facilities necessary to perform an Enterprise Architecture Analysis for MEDLOG integration with GCSS-Army and assist the Army Medical Logistics Enterprise (AMLE) and Combined Arms Support Command (CASCOM) with implementation of the future state of MEDLOG in GCSS-Army as defined in the attached draft Performance Work Statement (PWS), Performance Requirements Summary (PRS) and attachments. Proposed Period or Performance will be 1 June 2017 - 31 May 2018 with two options periods. PURPOSE OF THIS SOURCES SOUGHT: 1) To request information on capabilities of potential offerors to provide the services described in the draft PWS in order to determine if this will be set-aside. Please note, decision to set-aside this requirement for a small business program or to compete it through full and open procedures has not yet been made. RESPONSES REGARDING POTENTIAL SOURCES STATEMENT OF CAPABILITIES: Interested Offerors having the required specialized capabilities / qualifications to support some or all of the work described in the draft PWS are asked to answer the following questions and submit a capability statement. Capability statements shall contain the following information: 1. Name of the firm, point of contact, phone number, email 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.) and the corresponding NAICS code. 2. Identify whether your firm is interested in competing for this requirement as a prime contractor or not. Identify subcontracting, joint ventures or teaming arrangement that will be pursued, if any. 3. 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 to include knowledge of Enterprise Architecture and SAP systems. 4. Information to help determine if the requirement is commercially available, including pricing information, basis for the pricing information (e.g., market pricing), delivery schedules, customary terms and conditions, warranties, etc. 5. Identify how the Army can best structure these contract requirements to facilitate competition by and among small business concerns. 6. Identify any condition or action that may be having the effect of unnecessarily restricting competition with respect to this acquisition. Please contact the MICC Advocate for Competition, Mr. Scott Kukes, at scott.d.kukes.civ@mail.mil or 210-466-2269, if you believe that this action is unreasonably restricting competition. Include the subject of the acquisition, this announcement, and the MICC POC information from the FedBizOpps notice. Provide the specific aspects that unreasonably restrict competition and the rationale for such conclusion. 7. Recommendations to improve the approach/specifications/draft PWS/PRS to acquiring the identified items/services. 8. If you think this requirement should be categorized by a different NAICS code, please feel free to respond to this Sources Sought document and identify the appropriate NAICS code and why you believe it is appropriate. All responses to this Sources Sought are limited to 10 pages and are due to the Contracting Officer and Contract Specialist via e-mail at: cindy.c.hildner.civ@mail.mil and Sylvia.farmer.civ@mail.mil no later than 2 PM Central Daylight Saving Time (CDST) on 15 March 2017. All questions MUST be in writing. In all responses, please reference W9124J-17-R-GCSS and Systems Integration in the subject line. Verbal questions will not be accepted. This synopsis is for information and planning purposes only and is not to be construed as a commitment by the Government nor will the Government pay for information solicited. Respondents will not be notified of the results of the evaluation. No telephonic responses will be accepted. No solicitation exists; therefore, do not request a copy of the solicitation. If a solicitation is released it will be synopsized in Federal Business Opportunities. It is the potential offerors responsibility to monitor this site for the release of any solicitation or synopsis. Primary Point of Contact:Sylvia Farmer, Contract Specialist, Email: Sylvia.farmer.civ@mail.mil Secondary Point of Contact: Cindy C. Hildner, Contracting Officer, Email: cindy.c.hildner.civ@mail.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/d295085d099b6b599c22457349ccfab3)
 
Place of Performance
Address: MICC-Fort Sam Houston, United States
 
Record
SN04414938-W 20170228/170226233101-d295085d099b6b599c22457349ccfab3 (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.