Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 22, 2006 FBO #1822
SOURCES SOUGHT

D -- The U.S. Army Installation Management Agency (IMA) to perform an OMB Circular A-76 study of the the Directorate of Information Management (DOIM) at Dugway Proving Grounds in Utah

Notice Date
11/20/2006
 
Notice Type
Sources Sought
 
NAICS
541513 — Computer Facilities Management Services
 
Contracting Office
ACA, Fort McPherson GA , Southern Region Contracting Center-East, 1301 Anderson Way SW, Fort McPherson, GA 30330-1096
 
ZIP Code
30330-1096
 
Solicitation Number
W911SE-07-DUGWAY
 
Response Due
1/9/2007
 
Archive Date
3/10/2007
 
Small Business Set-Aside
N/A
 
Description
Market Research Survey Directorate of Information Management, Dugway Proving Ground Utah The U.S. Army Installation Management Agency (IMA) has identified a requirement to perform an OMB Circular A-76 study of the commercial activities within the Directorate of Information Management (DOIM) at Dugway Proving Grounds in Utah (85 miles from Salt Lake City, Utah) The Southern Region Contracting Center  East (based at Fort McPherson, Georgia) is charged with conducting the A-76 study and is seeking interested commercial businesses to provide DOIM support for current operations. The Dugway Proving Ground DOIM opera tion is currently staffed around 26-28 Full-time employees (FTEs). This market research is seeking information of: (1) obtaining expressions of interest from all businesses, but particularly the small business community, for the A-76 competition at the pr ime contractor level; (2) determining the technical and financial capability of companies interested at the prime contractor level and, (3) to roughly gauge the capability of those interested large or small business firms or teams as viable contenders at t he prime contractor level. The Government will not reimburse participants for any expenses associated with their participation in this survey. Small businesses are highly encouraged to participate in this survey, although responses from all businesses will be accepted. The applicab le NAICS Code is 541513 Computer Facilities Management Services (small business size standard with annual receipts of $23 million for the last 3 years). Responses will be reviewed to determine the technical and financial capability to perform the service s described in the Summary of Requirements listed in Question #5 below. Responses to this survey are due prior to close of business Tuesday, 9 January 2007 via email to ronnell.booker@forscom.army.mil. If additional information is needed, contact Ronnel l Booker at 404-464-0926. Please provide responses back in Adobe Acrobat (*.pdf file) format. Hardcopy responses are highly discouraged in order to avoid costs for the responses to your firm. Again, please provide responses no later than 5:00 pm Eastern T ime 9 January 2007. Please answer the questions on the following pages and return VIA EMAIL to Ronnell.booker@forscom.army.mil . No hardcopy responses, please. Please answer the following questions: 1. Provide the company name, Point of Contact phone & email, and Business-type (socio-economic category; e.g., Small Disabled Veteran Owned, 8(a), Woman-owned, etc) under the NAICS listed above. 2. If a solicitation for this effort were issued, would your company submit a proposal as a prime contractor or as a subcontractor to a prime? 3. If you are teaming with other companies, please list the number of teams / joint ventures your company plans to be on. 4. What were your annual revenues (for those planning to subcontract, include subcontractor revenues) for the last 3 years? 5. Do you currently have personnel with the training and experience to provide the services listed in the Summary of Requirements listed below? For each area list A. The number of employees available or accessible for use in those areas. Explain if those personnel are in-house or will be hired. B. General education, experience, and/or certifications those personnel have in the different areas C. Recent and Relevant past performance (over the last 3 years) in thes areas below Summary of Requirements Area 1: Resource Management Function - Information Mission Area (IMA). The resource management functions shall include budget analysis, development and execution, project/program management, IMD approvals, telephone billing/customer liaison, records manag ement, forms management, publications management, and print management Area 2: Systems and Automation Function. The systems and automation function shall include application programming, system programming, adm inistration, network management support, help desk, and workplace automation support. Area 3: Communications Function. The communications function shall include circuit management, microwave systems, network installation and maintenance, user trouble calls, engineering and design, electronic telephone switching systems, inside plant, outsi de plant, video transmission system, specialized electronic systems, and power systems. Area 4: Material, Supplies, Tools, and Equipment Function. The warehousing function shall include warehousing operation, ordering, receiving, repair and return, and project staging of computer & information management equipment Area 5: Operations Function. The Operations function shall include computer operation, official mail and distribution, telecommunication center (TCC), telephone operator and facility management operation. Area 6: Information Management Security. The Information Management Security function shall include information systems security, intrusion detective device, firewall, password control, and COMSEC Security. 6. Would you need a phase-in period on the contract in order to fill positions for this contract, or are you capable of having personnel in place when period of performance begins in October 2007 (estimated)? How long would you anticipate needing phase-in? 7. As unanticipated or short-notice taskings are levied on our Tenant Activities, the Government might require additional support from time to time in the functional areas described in question 5 above (i.e., 'surge' requirements).??Though these surge requ irements are envisioned to be quite infrequent, do you have the capability to provide additional surge support on a periodic basis????? 8. If so, how much lead time do you estimate needing to provide 'surge' support (e.g., if the Government identified additional support requirements for a particular labor category, how many days would you envision it taking to provide additional support)?? ??? 9. Additional comments on your firms capabilities that relate directly to this effort. Highlight ability / experience of personnel, the skill set of those personnel, and how those personnel would be managed (please limit to 250 words).
 
Place of Performance
Address: ACA, Fort McPherson GA Southern Region Contracting Center-East, 1301 Anderson Way SW Fort McPherson GA
Zip Code: 30330-1096
Country: US
 
Record
SN01184234-W 20061122/061120220914 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

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