SOURCES SOUGHT
D -- The requirementis for the testing and field support, including Independent Verification and Validation (IV&V) Testing in support of the Ocean Cargo Systems Branch, Automated Transportation Systems Division.
- Notice Date
- 1/16/2004
- Notice Type
- Sources Sought
- Contracting Office
- Surface Deployment and Distribution Command - W81GYE, ATTN: MTAQ, 200 Stovall Street, Alexandra, VA 22332-5000
- ZIP Code
- 22332-5000
- Solicitation Number
- W81GYE040213
- Response Due
- 2/13/2004
- Archive Date
- 4/13/2004
- Point of Contact
- Helen M. Merriwether, 703-428-2199
- E-Mail Address
-
Email your questions to Surface Deployment and Distribution Command - W81GYE
(merriwetherh@sddc.army.mil)
- Small Business Set-Aside
- N/A
- Description
- This sources sought is a request for information prior to drafting and releasing any resultant solicitation. The information contained in this sources sought notification is based on the best and most current information available to date, is subjec t to change and is not binding on the Government. Any significant changes will be provided in subsequent synopsis, if required. The Military Surface Deployment and Distribution Command (SDDC) is seeking potential sources capable of providing fielding and testing support to the World Wide Port System - WPS (See Attachment 1 for a description of WPS and draft requirements). The purpose of this effort is to determine the Government??????s acquisition strategy. It is the Government??????s intent to award th e entire acquisition (all requirements) to one contractor. You are encouraged to venture and establish teaming arrangements, etc. If you are interested in competing for this requirement, please indicate your interest by sending an e-mail no later than COB 13 February 2004 2:00PM EST to Ms. Helen Merriwether at merriwetherh@sddc.army.mil. The e-mail shall contain the following subje ct line: ??????Sources Sought Response to WPS Requirement.?????? Use of any other subject line may delay your entry. All valid e-mail responses from prospective sources must provide the return e-mail address, company name, mailing address, telephone numb er, facsimile number, and point of contact within the body of their response. In addition, to assist in the acquisition strategy development, please respond to the following questions: 1) Is your business a large business or small business? (For the purpose of determining your business size, the North American Industry Classification System (NAICS), 541512 Computer Systems Design Services, with a size standard of $21.0M average annual r eceipts over the past three years, will be utilized for this acquisition.) 2) If a small business, does your firm qualify as disadvantaged? 3) Under which NAICS codes are you eligible to propose (list all codes)? 4) Provide a short summary stating your interest as a prime contractor or to propose a joint venture. 5) Provide a list of customers (Government/non-Government) within the past 5-year highlighting similar work performed. Include contract numbers, contract type, dollar value of the each procurement, and point of contact/addresses/and phone numbers and brie f description of the work performed. 6) Provide information relative to past performance that demonstrates the ability to perform ALL tasks noted in the attached draft requirements document that includes, but is not limited to: a) Detailed understanding of DoD transportation requirements, Defense Transportation Regulation (DTR) requirements and other DoD regulations, polices and procedures for movement of ocean cargo. b) Detailed understanding of water port functionality and management. c) Software (S/W) testing, installation and planning support to include Independent Verification and Validation (IV&V). d) Hardware (H/W) management to include configuration recommendations, testing, maintenance, accountability and storage/inventory management at Contractor/Government provides sites. e) Provide fielding, training (System Administrator and End User), technical (H/W & S/W) and functional support worldwide. This may include on-site support in potentially arduous or hostile environments and involve both Active Duty and Reserve units (Army and Navy). f) Maintain and upgrade H/W, S/W and training documentation. g) Tier II telephonic support. Potential vendor will be required to provide personnel that are knowledgeable with customer support operations of an automated information system, and have functional (water port business process and system operation) and te chnical expertise (WPS administration). Personnel will be required to work with System Administrators and/or End Users to determine di fficulty (H/W, S/W or User Input) and effect corrective action to resolve the issue. h) Augment Government personnel with on-site functional and technical expertise during Contingency (crisis or exercise) Operations to include potentially arduous or hostile environments worldwide. 7) Other pertinent information. E-mail responses without the aforementioned information will not be recognized as valid. Areas where a source does not have prior experience should be annotated as such. ALL PROSPECTIVE OFFERORS MUST RESPOND TO THIS SYNOPSIS VIA E-MAIL. TELEPHONE REQUES TS FOR SOLICITATIONS WILL NOT BE ACCEPTED OR RETURNED. Submit responses no later than 13 February 2004 2:00PM EST. Your response is limited to 20 pages. NO SOLICITATION EXISTS AT THIS TIME. The government reserves the right to conduct vendor oral capabi lities demonstrations possibly to be scheduled at a later date. This is not a commitment on the part of the Government to award a contract as a result of this notice or to pay for any information received. To See SOW Go to : www.sddc.army.mil (Doing Business with SDDC)
- Place of Performance
- Address: Surface Deployment and Distribution Command - W81GYE ATTN: MTAQ, 200 Stovall Street Alexandra VA
- Zip Code: 22332-5000
- Country: US
- Zip Code: 22332-5000
- Record
- SN00505439-W 20040118/040116212158 (fbodaily.com)
- Source
-
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |