Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 30, 2020 SAM #6727
SOLICITATION NOTICE

D -- Hardware Software Integration Facility (HSIF)

Notice Date
4/28/2020 2:53:37 PM
 
Notice Type
Presolicitation
 
NAICS
541519 — Other Computer Related Services
 
Contracting Office
W4MM USA JOINT MUNITIONS CMD ROCK ISLAND IL 61299-5000 USA
 
ZIP Code
61299-5000
 
Solicitation Number
UNAWRD-20-R-HSIF
 
Archive Date
05/14/2020
 
Point of Contact
Molly B. Condon, Phone: 3097828549
 
E-Mail Address
molly.b.condon.civ@mail.mil
(molly.b.condon.civ@mail.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
The purpose of this notice is to synopsize a requirement prior to issuing the solicitation in accordance with Federal Acquisition Regulation 5.204. The U.S. Army Contracting Command - Rock Island (ACC-RI) anticipates the issuance of a Request for Proposal (RFP) for Hardware Software Integration Facility (HSIF) services, Solicitation Number UNAWRD-20-R-HSIF, in support of Product Manager, Global Combat Support System-Army (PM GCSS-Army) in early May 2020 via the beta.SAM.gov. **THE GOVERNMENT IS NOT REQUESTING PROPOSALS AT THIS TIME IN RESPONSE TO THIS NOTICE** The mission of the HSIF is to provide GCSS-Army with warehouse operational services and hardware/software integration support.� The HSIF is responsible for the receipt of computer components, integration of components into system configurations, system and component storage, and the issuing/shipment of complete functional computer systems and components in support of requirements for Army Tactical Logistics Systems.� These systems are combat essential systems for all Army tactical organizations. Internal functions to accomplish this mission include: Integration, Configuration Control, Diagnostic Testing, Software Loading, Functional Testing, Application of Software Patches and Security Updates, Component Replacement of Computer Hardware and Peripherals, Hardware Testing, Media Reproduction and Distribution, and Maintaining Distribution Lists.� In addition, the HSIF ships equipment in accordance with Required Delivery Dates set by the system managers.� The supporting Contractor must use the Government-furnished Warehouse Management System and a manual property book process to document and manage Equipment Receipts, Equipment Shipments, Equipment Storage, Property Accountability Transfers, Cost Reports, Equipment Reports, Inventory Control, and Accountability. The HSIF mission includes managing, securing, safeguarding, and accounting for Army computer equipment inventory which may be in excess of $20,000,000 annually. The HSIF operates in a combined warehouse and integration facility and may have ancillary storage in a separate building. This requirement will be solicited as a total small business set-aside.� The North American Industry Classification System (NAICS) code is 541519 - Other Computer Related Services (the exception under NAICS code 541519 for Information Technology Value Added Resellers does not apply to this effort).� The period of performance consists of one (1), twelve (12) month base period with two (2), twelve (12) month option periods.� A single firm-fixed-price (labor) and cost-no fee (Other Direct Costs) contract will be awarded to the Offeror who is determined to be the best value to the Government on a lowest price technically acceptable basis.� The place of performance will be the Government warehouse located at Fort Lee, VA. This synopsis does not constitute a RFP. �This synopsis should not be construed as a commitment by the Government to award a contract, nor to pay for any costs incurred as a result of this notice. �All future notices for this effort will be published under solicitation number UNAWRD-20-R-HSIF. The Government does not intend to answer any questions resulting from this synopsis.� The RFP will be issued electronically as will any amendments thereto. �Because of this, the Government is under no obligation, and in fact is unable, to maintain a bidder's mailing list. �Therefore, interested parties should periodically access the beta.sam.gov website in order to obtain any related information which may be issued. Contracting Office Address: Army Contracting Command - Rock Island 3055 Rodman Avenue Rock Island, Illinois 61299-8000 United States Place of Performance: Fort Lee, Virginia 23801 United States Primary Point of Contact: Molly B. Condon, Contract Specialist molly.b.condon.civ@mail.mil Phone:� (309) 782-8549 Secondary Point of Contact: John P. Hemmen, Contracting Officer john.p.hemmen.civ@mail.mil Phone: (309) 782-3625
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/798df3169c2c4c86bbdd5387c6a81b2a/view)
 
Place of Performance
Address: Fort Lee, VA 23801, USA
Zip Code: 23801
Country: USA
 
Record
SN05637959-F 20200430/200428230145 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.