SOURCES SOUGHT
R -- Army Safety & Occupational Health Management System support for U.S. Army Combat Readiness Center, Fort Rucker
- Notice Date
- 4/27/2023 1:58:42 PM
- Notice Type
- Sources Sought
- NAICS
- 541519
— Other Computer Related Services
- Contracting Office
- US ARMY ENGINEER DISTRICT MOBILE MOBILE AL 36628-0001 USA
- ZIP Code
- 36628-0001
- Solicitation Number
- W9127823L0020
- Response Due
- 5/16/2023 12:00:00 PM
- Point of Contact
- Jeffery Mason, Phone: 2516944157
- E-Mail Address
-
jeffery.j.mason@usace.army.mil
(jeffery.j.mason@usace.army.mil)
- Description
- This is a Market Research and Sources Sought Notice, NOT a solicitation announcement, requesting information on capability and availability of potential contractors interested in proposing on an Indefinite Delivery/ Indefinite Quantity Contract (IDIQ) to provide ongoing configuration management, enhancements, and operational support for the Army Safety Management Information System 2.0 (ASMIS 2.0) The Statement of Work includes the following: ASMIS 2.0 Support: This support includes a comprehensive list of general application support, database management, data center operations (onsite and cloud), cybersecurity support, enterprise help desk, and training in support the Army�s SOH mission. Support for ASMIS 2.0 is explicitly broken into the following key areas of effort: Database configuration, management, support, and enhancements Infrastructural support (onsite and cloud) Customer helpdesk and technical support Hardware and software management support Defense Business Systems (DBS) support Modernization as need arises to support Army SOH Mission Training and subject matter expertise (ASMIS 2.0 and Army SOH) Onsite support location is Fort Rucker, AL.� Training may require travel to various Army sites CONUS and/or OCONUS. Contract work may also include purchasing limited licenses for the use of software, web-support, and/or hardware currently utilized by USACRC and their supported commands.� Specific information on current licenses will be provided in subsequent task orders. The contractor and the contractor�s subcontractors and suppliers shall perform all work in full compliance with applicable Federal, State, Local laws and regulations. The contractor shall have knowledge and demonstrable experience in the implementation and application of various laws, statues, and regulations, including but not limited to: Department of Defense Instruction (DODI) 6055.1 and 6055.04; Army Regulation (AR) 385-10, AR 600�55, and AR 190�5; Occupational Safety and Health Act; International Standard for Organization 14001; Joint Ethics Regulation 5500.7.R; and Executive Orders involving Environmental Health and Occupational Safety. ------------------------- This is a Market Research and Sources Sought Notice only.� No award will result from this Sources Sought Notice.� There is no solicitation available at this time; therefore, do not request a copy of the solicitation.� If a solicitation is released, it will be synopsized in accordance with the Federal Acquisition Regulation and its supplements.� It is the contractor�s responsibility to monitor the Government Point of Entry for the release of any solicitation. This Sources Sought Notice is not to be construed as a commitment by the U.S. Army Corps of Engineers (USACE), Mobile District to issue a solicitation or ultimately award a contract.� Neither unsolicited proposals nor other kinds of offers will be considered in response to this Sources Sought Notice.� This Source Sought Notice does not create an obligation on behalf of the Government to make an award of any contract pursuant to this announcement. The purpose of this sources sought notice is to determine the availability of qualified contractors to perform these services and to determine socioeconomic classifications (Small Business, HUBZone, Service Disabled Veteran Owned Small Businesses, Women Owned Small Businesses, etc.) associated with each. �The primary North American Industrial Classification System (NAICS) Code applicable to this requirement is 541519 � Other Computer Related Services, the small business standard for which is $34,000,000. Responses to this Sources Sought Notice will be used by the government in making appropriate acquisition decisions. RESPONSE INSTRUCTIONS Responses are requested with the following information: 1. Contractor�s name, address, points of contact with telephone numbers and e-mail addresses. 2. Business size/classification (to include any designations such as Small Business, HUBZone, Section 8(a) contractor, Service Disabled Veteran owned Small Business, Small Disadvantaged Business, Women Owned Small Business, etc.) shall be indicated on the first page of submission. 3. Contractor shall identify the percentage of services provided to the commercial marketplace and the percentage of services provided to government agencies. 4. Past performance/experience on contracts/projects of similar scope, describing no more than five (5) contracts complete within the past five years of the issue date of this Notice.� The past performance information should include project title, location, general description of services to demonstrate relevance to the proposed project, the Offerors� role, dollar value of contract, and name of the company, agency or government entity for which the work was performed with contact information (reference name, phone number and e-mail address). 5. Describe your firm�s capability to perform and manage the tasks as noted above. The above requested information shall not exceed a total of five (5) pages on 8.5"" x 11"" paper, 12 point Times New Roman font, with a minimum of one (1) inch margins all around.� Please do not provide standard marketing brochures or catalogs.� Responses will be evaluated on the basis of demonstrated functional capability. Responses are due no later than 16 May 2023, 2:00 p.m. Central.� Responses received after this date and time may not be reviewed. Responses shall be submitted via email to Jeffery Mason, Contract Specialist, at jeffery.j.mason@usace.army.mil. �In the subject line of your email state: Response to Army I&E Programmatic Planning and Training Support. �No responses will be accepted by mail or fax. Submittals will not be returned. Telephonic responses will not be honored.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/1a6f9e4eebdb48289d8801de3f8e3d29/view)
- Place of Performance
- Address: Fort Rucker, AL, USA
- Country: USA
- Country: USA
- Record
- SN06665307-F 20230429/230427230112 (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 |