Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 22, 2007 FBO #1942
SOURCES SOUGHT

D -- Information Technology Communications Services (ICS)

Notice Date
3/20/2007
 
Notice Type
Sources Sought
 
NAICS
541513 — Computer Facilities Management Services
 
Contracting Office
Department of the Air Force, Air Education and Training Command, Specialized Contracting Squadron, 2021 First Street West, Randolph AFB, TX, 78150-4302, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
Reference-Number-AETC-CONS-ICS
 
Response Due
4/3/2007
 
Archive Date
5/30/2007
 
Description
ICS Request For Information (RFI), 20 March 2007: The Air Education and Training Command (AETC) Contracting Squadron is seeking sources capable of providing timely, proactive, high quality communications and computer services. This RFI is for planning purposes only. This information will be used in conducting market research to identify potential sources and commercial products, obtain prices, and to locate support experience. This RFI shall not be construed as a formal solicitation or an obligation on the part of the Government to acquire any products or services. Any information provided to the Government is strictly voluntary and at no cost to the Government. A formal solicitation will be announced separately. The tentative solicitation issue date is June 2007; however this date is subject to change. The Government will award one contract which will be a firm-fixed price type contract. A source selection will be conducted per Air Force Federal Acquisition Regulation Supplement (AFFARS) 5315 and Mandatory Procedures (MP) 5315.3 at HQ AETC, Randolph AFB, TX. Contacts to Government personnel by potential offerors regarding this project are not allowed. The contracting officer, Ms Martha E. Giannotti, will post all information regarding this solicitation as soon as it becomes available. Comments and information on the following are requested: (1) Company name, address, point of contact, their telephone number and e-mail address; (2) Approximate annual gross revenue; (3) Any small business status (8(a), HUB Zone, SDVOSB, veteran-owned, women-owned, etc.); (4) Indicate if your role in the performance of this requirement would be (a) Prime Contractor; (b) Subcontractor; or (c) Other, please describe; (d) comments indicating whether or not your business would be likely to submit a proposal if a formal solicitation is forthcoming (5) If you indicated your role as ?Prime Contractor? on Question 4, indicate the functions for which you plan to use subcontractors; (6) If you indicated your role as ?Prime Contractor? on Question 4, please provide brief information you feel would indicate your capability to mobilize, manage, and finance such a contract as this (7) If you indicated your role will be a ?Subcontractor? on Question 4, please indicate which functional areas you intend to cover; (8) Indicate if your company primarily does business in the commercial or Government sector; (9) Additional Data: Please provide only a one or two page description synopsis of your company and your responses to the attached questionnaire. In addition, responses are due NLT 3 April 2007 and any questions must be submitted before the suspense date or they will not be considered; (10) Please describe at least three commercial-sector contracts you have performed for similar combined services [if applicable, (11) Indicate which NAICS code(s) your company usually performs under for government contracts and (12) please provide suggestions to maximize the effectiveness of the anticipated solicitation and resulting contract in providing quality services to HQ AETC]. The planned NAICS (North American Industry Classification System) code is 541513 and the FSC (Facilities Support Services) code is D316. Requirement: (Note: The description herein is a summary of the required product and services and is not intended to be all-inclusive). Overview: The HQ AETC/A6 is a complex environment comprised of multiple sections each with similar yet distinctive responsibilities extending to both a classified and an un-classified network. The following workload is performed in the AETC NOSC, or its successive organizations, the MCCC or the Enterprise Service Unit (ESU). All references to AETC NOSC can be performed by any of the other organizations. The service contractor is expected to be a partner with the HQ AETC/A6 in continuously improving the quality of programs and services offered to customers. The contractor, at a minimum, shall perform the following tasks in accordance with the Performance Work Statement: -- Information Technology (IT) Planning -- Directory Services Administration and Support -- Air Force Messaging Administration and Support -- Local Customer Support -- Network Management (NM) and Administration -- Firewall Administration -- Combat Information Transport System (CITS) Configuration and Support -- Information Assurance -- Information Protection -- Boundary Protection -- Intrusion Detection/Vulnerability Assessment (ID/VA) -- Database Modeling -- Training of NOSC Personnel System Compatibility: Interested vendors should respond via e-mail their capability statement/information to listed point of contacts. The capabilities statement/information should include as a minimum a detailed description of your product and service (including requirements/system compatibility, software and hardware maintenance/modification/upgrade requirements), business size (i.e., small business, large business, small disadvantaged business, etc.), and prices (including annual maintenance and additional services costs). This description will be provided on only one or two pages. Small Business (SB) Set-Aside Determination: The Government reserves the right to decide whether or not a SB set-aside of some type (8a, HUB Zone, SDVOSB, SB, etc.) is appropriate for this acquisition based in-part on responses to this notice. In order for the Government to make a SB set-aside determination, it is very important that SB concerns provide sufficient written information to indicate their capability to successfully perform and manage all the requirements of this magnitude. In the solicitation, the extent to which prime contractors provide for the significant use of small and small disadvantaged business subcontractors will be a consideration in the evaluation of proposals. Points of Contact: Gwen Mayhue, Contract Administrator, Phone 210-652-7878, Email gwen.mayhue@randolph.af.mil, and Martha Giannotti, Contracting Officer, Phone 210-652-7878, Email martha.giannotti@randolph.af.mil. Additional information or updates will be posted at the www.fbo.gov. It is the responsibility of interested parties to check this site regularly for any changes or updates. Please do not call the contracting office for information, instead send an e-mail if you have any questions before the suspense date to avoid any misunderstandings or confusion. We will be posting all questions received concerning this acquisition on www.fbo.gov website. Please note if any questions have any proprietary information this needs to be identified to restrict posting of your question. We hope to eliminate duplicate questions by posting any and all questions on the www.fbo.gov website. Place of Performance, United States of America: Randolph AFB, TX Response Date: Responses must be provided no later than 3:00 pm on 3 April 2007. An electronic response, preferably e-mail is the accepted method. No extensions will be granted. The following attachments will be posted with the RFI: Attachment 1: ICS Performance Work Statement Attachment 2: ICS Technical Questions
 
Place of Performance
Address: Randolph AFB TX
Zip Code: 78150
Country: UNITED STATES
 
Record
SN01254960-W 20070322/070320220608 (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.