Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 03, 2020 SAM #6700
SOURCES SOUGHT

D -- IT Support Services

Notice Date
4/1/2020 12:25:57 PM
 
Notice Type
Sources Sought
 
NAICS
541513 — Computer Facilities Management Services
 
Contracting Office
W6QM MICC-FT LEONARD WOOD FORT LEONARD WOOD MO 65473-0140 USA
 
ZIP Code
65473-0140
 
Solicitation Number
W911S7-20-R-0012
 
Response Due
4/16/2020 12:00:00 PM
 
Archive Date
05/01/2020
 
Point of Contact
Elisse S. Teachey, Phone: 5735961803, Melaine Godina, Phone: 5765967280
 
E-Mail Address
elisse.s.teachey.civ@mail.mil, melaine.e.godina.civ@mail.mil
(elisse.s.teachey.civ@mail.mil, melaine.e.godina.civ@mail.mil)
 
Description
SOURCES SOUGHT TECHNICAL DESCRIPTION FOR SERVICES INTRODUCTION The Contracting Office at MICC, Fort Leonard Wood, MO is issuing a sources sought synopsis as a means of conducting market research to identify parties having an interest in and the resources to support the requirement to perform the Information Technology Services and Support to TRADOC and USAAC organizations in Fort Rucker, AL, Fort Eustis, VA and Fort Huachuca, AZ. The intention is to procure these services on a competitive basis. BASED ON THE RESPONSES TO THIS SOURCES SOUGHT NOTICE/MARKET RESEARCH, THIS REQUIREMENT MAY BE SET-ASIDE FOR SMALL BUSINESSES (IN FULL OR IN PART) OR PROCURED THROUGH FULL AND OPEN COMPETITION, and multiple awards MAY be made. All Small Business Set-Aside categories will be considered. Telephone inquiries will not be accepted or acknowledged, and no feedback or evaluations will be provided to companies regarding their submissions. PLACE OF PERFORMANCE Locations Fort Rucker, AL, Fort Eustis, VA, Fort Huachuca, AZ % On-Site Government % Off-Site Contractor 100% 0% 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 TRADOC and USAACE organizations in Fort Rucker, Fort Eustis and Fort Huachuca are seeking Information Technology Support Services contract that will �provide: process management, student IT support services, classroom support, subordinate unit/external customer support services, VTC support, Help Desk support, SharePoint Administration, database administration, cloud transition support, COOP and knowledge management development, Cyber Security Services, Application/Collaborative Working Environment Support, Logistics support and project management of all IT operational functions. REQUIRED CAPABILITIES The Contractor shall provide services to ensure that the necessitated IT systems will be fully functional and operational in support of the areas specified in Program Background (above). Further detail is provided in the draft Performance Work Statement (PWS) 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. SPECIAL REQUIREMENTS: Personnel and Facility Security Clearances. A DD Form 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 to perform those duties stipulated in the task order. Berry Amendment IT (e.g. Clinger-Cohen Act) Service Contract Act Government Furnished Property plan. ELIGIBILITY The applicable NAICS code for this requirement is 541513 with a Size Standard of $30,000,000. The Product Service Code is D302. Businesses of all sizes are encouraged to respond; however, each respondent must clearly identify their business size in their capabilities statement. ADDITIONAL INFORMATION AND SUBMISSION DETAILS (CAPABILITIES STATEMENT) 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 10 pitch. Contractors will possess the following certification: MS Azure Certification �The deadline for response to this request is no later than 2 pm, CST, 16 April 2020 All responses under this Sources Sought Notice must be e-mailed to Elisse Teachey, Contract Specialist, elisse.s.teachey.civ@mail.mil and Melanie Godina, Contracting Officer, melaine.e.godina.civ@mail.mil. This documentation must address at a minimum the following items: 1.) What type of work has your company performed in the past in support of the same or similar requirement? 2.) Can or has your company managed a task of this nature? If so, please provide details. 3.) Can or has your company managed a team of subcontractors before? If so, provide details. 4.) What specific technical skills does your company possess which ensure capability to perform the tasks? 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 PWS for the base period as well as the option periods. 6.) Provide a statement including current small/large business status and company profile to include number of employees, annual revenue history, office locations, DUNs number, etc. 7.) Respondents to this notice also must indicate whether they qualify as a Small, Small Disadvantaged, Women-Owned, HUBZone, or Service Disabled Veteran- Owned Small Business Concern. 8.) Include in your response your ability to meet the requirements in the Facility and Safeguarding requirements. The estimated period of performance consists of a base year and 4 option periods with performance commencing in October 2020. Specifics regarding the number of option periods will be provided in the solicitation. The contract type is anticipated to be Firm Fixed Price. The Level of Effort for 5 years is estimated at 533,860 labor man-hours. 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, Elisse S Teachey and Contracting Officer, Melaine E Godina in either Microsoft Word or Portable Document Format (PDF), via email elisse.s.teachey.civ@mail.mil and melaine.e.godina.civ@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. No phone calls will be accepted. All questions must be submitted to the contract specialist and contracting officer 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.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/8275ca99bec541bba718eca6f7e61f1e/view)
 
Place of Performance
Address: Fort Rucker, AL, USA
Country: USA
 
Record
SN05607697-F 20200403/200401230147 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.