SOURCES SOUGHT
D -- Program Management Technical Operations and Support � Web Content Management
- Notice Date
- 5/10/2021 5:19:56 PM
- Notice Type
- Sources Sought
- NAICS
- 541511
— Custom Computer Programming Services
- Contracting Office
- US ARMY HUMPHREYS ENGINEER CTR SPT ALEXANDRIA VA 22315-3860 USA
- ZIP Code
- 22315-3860
- Solicitation Number
- W912HQ21T0010
- Response Due
- 5/25/2021 2:00:00 PM
- Archive Date
- 06/09/2021
- Point of Contact
- Derek Mazza, Phone: 7034287129, Amanda Eaton, Phone: 7034286318
- E-Mail Address
-
derek.a.mazza@usace.army.mil, Amanda.E.Eaton@usace.army.mil
(derek.a.mazza@usace.army.mil, Amanda.E.Eaton@usace.army.mil)
- Small Business Set-Aside
- 8AN 8(a) Sole Source (FAR 19.8)
- Description
- This is a Sources Sought announcement market survey for information only to be used for preliminary planning purposes. No proposals are being requested or accepted with this synopsis. The U.S. Army Corps of Engineers (USACE) - Humphreys Engineer Center Support Activity (HECSA) has been tasked to solicit for and award a contract for web content management and support services for USACE Headquarters, Civil Works, Programs Integration Division, National Programs Branch (CECW-IN) in the accomplishment of the CECW-IN missions. A draft Performance Work Statement (PWS) describing the services required has been attached. Contractor staff would be based in the National Capital Region and generally perform the tasks on-site at USACE Headquarters. The proposed contract is expected to be a Firm-Fixed-Price purchase order with a 12-month period of performance, with award anticipated to start in August 2021. This requirement is currently in the 8(a) Program. The Government intends to award a commercial, firm-fixed priced contract for this requirement. Interested 8(a) vendors with North American Industry Classification System (NAICS) code 541511, �Custom Computer Programming Services�, are encouraged to submit a capability package. The capability packages for this Sources Sought market survey are not expected to be proposals, but rather statements regarding the company's existing experience in relation to the areas specified in the attached document. It is asked that interested parties respond to this Sources Sought synopsis with the following information: -Organization name, location, and CAGE Code -Socioeconomic Status -Company's capability to perform and manage a contract of this scope and complexity to include, but not limited to: Examples of comparable work performed within the past 5 years with a brief description of the project(s), customer name(s), contact information and dollar value of the project(s). -8(a) vendors are required to perform at least 50% of the work as the prime contractor; therefore, respondents shall demonstrate the technical ability and resources/personnel available to perform the work as prime contractor (minimum of 50%). Additionally, discuss any services or supplies that would be subcontracted to fulfil the remaining portion of work and briefly discuss their technical ability and resources.� � -Current facility clearance status -Anticipated Level of Effort to perform this requirement Interested vendors are also encouraged to provide feedback on the PWS (i.e. recommendations on how to improve it, problem areas, etc.). This market survey is for informational and planning purposes only and does not constitute a Request for Proposal (RFP). It is not to be construed as a commitment by the U.S. Government. No award will be made as a result of this market survey. All information is to be submitted at no cost or obligation to the Government. The Government reserves the right to reject, in whole or in part, any private sector input as a result of this market survey. The Government is not obligated to notify respondents of the results of this survey. Interested companies shall respond to this Sources Sought synopsis no later than 05:00 PM ET Tuesday, 25 May 2021. Responses can be submitted via email to Derek Mazza, Contract Specialist, derek.a.mazza@usace.army.mil.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/b38576676974483bbebb9d4c358cd60c/view)
- Place of Performance
- Address: USA
- Country: USA
- Country: USA
- Record
- SN05997210-F 20210512/210511201423 (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 |