Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 22, 2017 FBO #5720
SOURCES SOUGHT

D -- Website Migration and Management - Statement of Objectives

Notice Date
7/20/2017
 
Notice Type
Sources Sought
 
NAICS
541511 — Custom Computer Programming Services
 
Contracting Office
Department of the Army, Army Contracting Command, ACC - APG (W91CRB ) Division D, 4310 Boothby Hill Rd, ABERDEEN PROV GND, Maryland, 21005-5001, United States
 
ZIP Code
21005-5001
 
Solicitation Number
W91CRB-17-R-OSBP
 
Archive Date
8/26/2017
 
Point of Contact
Michael C. James,
 
E-Mail Address
michael.c.james78.ctr@mail.mil
(michael.c.james78.ctr@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
Statement of Objectives SOURCES SOUGHT NOTICE INTRODUCTION The Army Contracting Command - Aberdeen Proving Ground, 4310 Boothby Hill Ave, APG, MD is issuing this sources sought synopsis as a means of conducting market research to identify parties having an interest in and the resources to support the requirement from qualified 8(a) vendors to obtain contractor support for the migration and management of the Army OSBP public facing website which gets approximately 100 - 150 unique visits a day per day, to educate, engage, and execute the Army OSBP mission. BASED ON THE RESPONSES TO THIS SOURCES SOUGHT NOTICE/MARKET RESEARCH, THIS REQUIREMENT WILL BE SET-ASIDE FOR 8(a) SMALL BUSINESSES, Only SBA Certified 8(a) Small Business contractors under NAICS code 541511 will be considered. Telephone inquiries will not be accepted or acknowledged, and no feedback or evaluations will be provided to companies regarding their submissions. DISCLAIMER "THIS SOURCES SOUGHT IS FOR INFORMATIONAL PURPOSES ONLY. THIS IS NOT A "REQUEST FOR PROPOSAL (RFP)" TO BE SUBMITTED. IT DOES NOT CONSTITUTE A SOLICITATION 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. ANY INFORMATION SUBMITTED BY RESPONDENTS TO THIS TECHNICAL DESCRIPTION IS STRICTLY VOLUNTARY. RESPPONSES WILL NOT BE RETURNED TO THE RESPONDER. NOT RESPONDING TO THIS NOTICE DOES NOT PRECLUDE PARTICIPATION IN ANY FUTURE REQUEST FOR QUOTE (RFQ) OR INVITATION FOR BID (IFB) OR 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 INFORMMATION PERTAINING TO THIS REQUIREMENT." PROGRAM BACKGROUND The Army Office of Small Business Programs (OSBP) is responsible for the planning, implementation, and execution of programs which impact the involvement of Small Business (SB), Small Disadvantaged Business (SDB), Woman-Owned Small Business (WOSB), Service Disabled Veteran Owned Small Business (SDVOSB), Veteran Owned Small Business (VOSB), Historically Black Colleges and Universities (HBCU)/Minority Institutions (MI), and businesses in Historically Underutilized Business Zones (HUBZone). Army OSBP serves as advisor to the Secretary of the Army on small business related matters in support of the U.S. Army's mission. The office also spearheads innovative initiatives to maximize business opportunities for small businesses by synchronizing critical resources through extensive marketing, counseling, and training. REQUIRED CAPABILITIES The Contractor shall provide: 1. Website Migration - Work with the OSBP and the Army Application Migration Business Office (AAMBO) to migrate the OSBP website to a commercial cloud service provider, inclusive of assisting with all phases of the migration process, to include cost benefit analysis preparation, migration plan development, and issuance of the Authority to Operate (ATO). Provide technical migration support and recommendations to the OSBP during the website migration process. 2. Website Management - Provide overall maintenance and enhancements of the Army OSBP website. Develop a subscriber-based online vendor research tool and online searchable directories of vendor information, small business professionals, a knowledge library, and acquisition forecasts. Provide and maintain a web analytics capability to monitor the amount of web traffic visiting the Army OSBP site. Update the Army OSBP website with current outreach information and other information, as required. Recommend improvements to ensure the website reflects current trends in electronic outreach and identify new trends. The contractor shall maintain website accessibility twenty-four (24) hours per day, seven (7) days per week. Further detail is provided in the draft Statement of Objectives (SOO) attached to this announcement (Attachment 1). If your organization has the potential capacity to perform these contract services, please provide the following information: 1) Organization name, address, email address, Web site address, telephone number, and size and type of ownership for the organization; and 2) Tailored capability statements addressing the particulars of this effort, with appropriate documentation supporting claims of organizational and staff capability. If significant subcontracting or teaming is anticipated in order to deliver technical capability, organizations should address the administrative and management structure of such arrangements. The Government will evaluate market information to ascertain potential market capacity to: 1) provide services consistent, in scope and scale, with those described in this notice and otherwise anticipated; 2) secure and apply the full range of corporate financial, human capital, and technical resources required to successfully perform similar requirements; 3) implement a successful project management plan that includes: compliance with tight program schedules; cost containment; meeting and tracking performance; hiring and retention of key personnel and risk mitigation; and 4) provide services under a performance based service acquisition contract. ELIGIBILITY Responses are requested from SBA Certified 8(a) Small Business contractors under NAICS code 541511 only. Each respondent must clearly identify their business size in their capabilities statement. Respondents shall be available for capability briefings, if requested by the Contracting Officer. Interested firms should submit their response via email to michael.c.james78.ctr@mail.mil. Capability statements shall provide the following information and responses to the following questions. 1) Provide your business address, point of contact, email address, phone number, CAGE code, and DUNS number. 2) What type of work has your company performed in the past in support of the same or similar requirement? 3) What specific technical skills does your company possess which ensure capability to perform the tasks? 4) For each task objective above, demonstrate how the company's recent past performance (last 3 years) is relevant to the technical areas listed including the dollar value, period of performance, size and scope of the company's prior contracts 5) Please note that under a Small-Business Set-Aside, in accordance with FAR 52.219-14, the small business prime must perform at least 50% of the work themselves in terms of the cost of performance. Provide an explanation of your company's ability to perform at least 50% of the tasking described in this Sources Sought for the base period as well as the option periods. 6) Respondents to this notice also must indicate whether they qualify as a Small, Small Disadvantaged, Women-Owned, HUBZone, and/or Service Disabled Veteran-Owned Small Business Concern. 7) Address innovative approaches your company would recommend for meeting the requirement. 8) Discuss your company's familiarity with Government and/or Department of Defense guidance and policies regarding Migration to, and Use of Commercial Cloud Service Providers, Implementation of the Risk Management Framework, and Migration of Army Systems and Applications to Approved Hosting Environments. ADDITIONAL INFORMATION AND SUBMISSION DETAILS (CAPABILITIES STATEMENT) Respondents shall be available for capability briefings located at the Pentagon. Date and time to be determined. Interested parties are requested to submit a capabilities statement of no more than ten (10) pages in length in Times New Roman font of not less than 12 pitch. Currently there is no incumbent for this requirement. The deadline for response to this request is no later than 4 pm, EST, Monday, 14 August 2017. All responses under this Sources Sought Notice must be e-mailed to michael.c.james78.ctr@mail.mil with the subject line "Army OSBP Website Support Sources Sought Response." The estimated period of performance consists of 1 base year and 2 one-year options. Specifics regarding the number of option periods will be provided in the solicitation. The anticipated contract type is a Firm-Fixed Price instrument. The maximum contract value is not expected to exceed $1.0M. Vendors must demonstrate their ability to comply with the objectives in this Sources Sought Notice in order to be considered capable of satisfying the Government's requirement, to include performing under the stated anticipated budgetary constraint. The proposed contract is anticipated to include tasking that would be accomplished by labor categories that are subject to the Service Contract Act or a collective bargaining agreement. Upon evaluation of the capability statements, if it is determined that this requirement will be an unrestricted competition, the Government intends to evaluate the Small-Business responses and conduct further market research to identify a subcontracting goal. Your response to this Sources Sought, including any capabilities statement, shall be electronically submitted to the Contract Specialist, Michael C. James, in either Microsoft Word or Portable Document Format (PDF), via email michael.c.james78.ctr@mail.mil All data received in response to this Sources Sought that is marked or designated as corporate or proprietary will be fully protected from any release outside the Government. Do not include proprietary, classified, confidential, or sensitive information in your response to this Sources Sought Notice. The Government reserves the right to use any information provided by respondents for any purpose deemed necessary and legally appropriate, including using technical information provided by respondents in any resultant solicitation. Responses to this Notice will not be returned. No phone calls will be accepted. All questions must be submitted to the contract specialist identified above. The Government is not committed nor obligated to pay for the information provided, and no basis for claims against the Government shall arise as a result of a response to this Sources Sought notice.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/a2f47cf691f9313266f45640e89c7358)
 
Record
SN04589192-W 20170722/170720235941-a2f47cf691f9313266f45640e89c7358 (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  © 1994-2020, Loren Data Corp.