Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 22, 2007 FBO #2034
SOURCES SOUGHT

R -- U.S. Army Information Systems Engineering Command (USAISEC) Mission Support Directorate (MSD) Business Development

Notice Date
6/20/2007
 
Notice Type
Sources Sought
 
NAICS
541611 — Administrative Management and General Management Consulting Services
 
Contracting Office
US Army C-E LCMC, Southwest Operations Office, ATTN: AMSEL-AC-CC-S, Building 61801, Room 3212, Fort Huachuca, AZ 85613-6000
 
ZIP Code
85613-6000
 
Solicitation Number
W9128Z-07-USAISEC
 
Response Due
7/3/2007
 
Archive Date
9/1/2007
 
Small Business Set-Aside
Total Small Business
 
Description
SOURCES SOUGHT FOR USAISEC MISSION SUPPORT DIRECTORATE BUSINESS DEVELOPMENT Classification Code R  Professional, administrative, and management support services Office Address C-E LCMC Acquisition Center Southwest, 2133 Cushing Street, Building 61801, Room 3402 Fort Huachuca, AZ 85613 Response Date 03 July 2007 POCs Nick Lebano Contract Specialist Email: nicholas.lebano@us.army.mil Comm: 520-538-8728 Cynthia Soladay Contract Specialist Email: cynthia.c.soladay@us.army.mil Comm: 520-538-2926 Description THIS IS A SOURCES SOUGHT SYNOPSIS FOR WRITTEN INFORMATION ONLY. THE PURPOSE OF THIS NOTICE IS TO LOCATE QUALIFIED SMALL BUSINESS CONCERNS FOR U.S. ARMY INFORMATION SYSTEMS ENGINEERING COMMAND (USAISEC) MISSION SUPPORT DIRECTORATE BUSINESS DEVELOPMENT. TH IS IS NOT A SOLICITATION ANNOUNCEMENT FOR PROPOSALS AND NO CONTRACT WILL BE AWARDED FROM THIS ANNOUNCEMENT. If a solicitation is issued as a result of this announcement it is anticipated that: 1) it will be issued for a single award, Firm Fixed Price (FFP ) type contract; 2) the awarded contract will require substantial depth of knowledge in specific disciplines as described below; 3) the anticipated value of the awarded contract will be between $300,000 and $500,000 for the base year only; 4) the majority of work will require on-site performance at USAISEC facilities on Fort Huachuca, AZ; 5) the contractor will demonstrate not only an understanding of the technical nature of the work performed by USAISEC, but also an understanding of the nuances associated with Government work as opposed to purely commercial work; and 6) the requirement will be set-aside totally for small business. Any interested small business source is invited to submit a written qualification statement expressing technical and administrative understanding of the work including relevant past performance (previous or current experience for the past five years) simil ar to the requirement. The purpose of this synopsis is to gain knowledge of potential qualified sources and their size classification (i.e. HUBZone, 8(a), small, disadvantaged, service-disabled veteran-owned small business, or woman-owned) relative to No rth American Industrial Classification System (NAICS) code 541611, Administrative Management and General Management Consulting Services. PROSPECTIVE OFFERORS MUST HAVE THE CAPABILITY TO DEVELOP BUSINESS OPPORTUNITIES FOR USAISEC IN ALL MARKET SEGMENTS IDE NTIFIED BELOW. Background USAISEC provides systems engineering, installation, integration, implementation, and evaluation support for communications and information technology systems worldwide providing capabilities to Army Organizations, Combatant Commanders, Department of Defens e, and other Federal agencies in both direct and indirect support of the Warfighter. Scope Work under this requirement focuses on increasing USAISECs ability to develop business through research and analysis. More specifically, the contractor must make recommendations to USAISEC on how to develop business plans and target other Government agen cies. The contractor will be responsible for developing informational and educational material that USAISEC can distribute to prospective customers, for purposes of increasing overall Governmental awareness of USAISECs institutional capabilities for the purpose of sustaining and increasing the workload of this fee-for-service organization. Requirements of this effort shall focus upon the specific elements and aggregate of the primary work conducted by USAISEC. USAISEC competencies include: a) Enterprise wide solutions that consist of overall IT architecture design, integration engineering, network and systems management, and knowledge management. b) Transmission systems engineering that consist of the engineering of new and existing satellite systems, turn-key engineering of: terrestrial tech control facilities; wireless, cellular, fiber optic and wideband systems, and tra nsmission systems evaluations. c) Technology integration that consists of: production evaluation and modeling, simulation, and emulation. d) Informational Assurance (IA) that consists of: security engineering, certification and validation, and systems engineering of IA systems. e) Facilities enhancement that consists of: designing command and control facility survivability, establishing contingency operations sites, network installation and server consolidation, voice switch engineering, and cable installation. USAISEC is targeting Government organizations based in the Continental United States; however, the work itself often occurs throughout the world. The contractor must be able to research all Department of Defense, other Federal agencies, and State agencies to identify viable customers that could utilize USAISEC engineering services to include: a) General Engineering Services b) Information Systems Engineering Services c) Transmission Systems d) Enterprise Systems e) Information Assurance f) Technology Integration g) Developing Engineering Installation Packages h) Developing Bills of Material i) Conducting Site Surveys j) Information and Telecommunications Services Consulting k) Site Installation Oversight l) Independent Technical Assessments Finally, samples demonstrating the contractors capability to tailor their work to unique USAISEC functional requirements must be provided for the following: a) Business Development Plan (1 each) b) Contact Campaign Plan (1 each) c) Brochures/Flyers (no more than 3) d) Suggested Performance Metrics (1 each) All capability information shall include: a past performance record including the following information: contract number, customer (DoD agency, other Government agency, private industry); Contracting Officers Technical Representative (COTR) name, telephon e and fax numbers; contract value and type of contract; period of performance; and description of product/services. Information provided should be detailed in the areas above so the Government can assess the ability of the company to provide the described services. All of the information sought should be conveyed in no more than 10 pages (not including samples, such as: flyers, brochures, etc,). Each response must reference the sources sought title. The NAICS Code for this acquisition is 541611 and the small business size standard is $6.5 million. Interested parties must respond to this announcement in writing within 10 business days of publication. All responses must be submitted via email to nicholas.lebano@us.army.mil and cynthia.c.soladay@us.army.m il. All data received in response to this announcement marked or designated as corporate or proprietary information will be protected from release outside the Government in accordance with the Freedom of Information Act and Privacy Act provisions. Availa bility of any formal solicitation will be announced separately. This is NOT a Request for Proposal (RFP), Invitation for Bid (IFB), or an announcement of a solicitation, and no solicitation package exists at this time. The sources sought announcement is requested for informational purposes only. The Government will not pay for any materials provided in response to this synopsis and submittals will not be returned to the sender.
 
Place of Performance
Address: USAISEC ATTN: Building 61801 Fort Huachuca AZ
Zip Code: 85613-6000
Country: US
 
Record
SN01323760-W 20070622/070620221652 (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.