Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 12, 2010 FBO #3275
SOURCES SOUGHT

D -- Army Safety Program

Notice Date
11/10/2010
 
Notice Type
Sources Sought
 
NAICS
541519 — Other Computer Related Services
 
Contracting Office
RDECOM Contracting Center - Natick R&D (RDECOM-CC), ATTN: AMSRD-ACC-N, Natick Contracting Division (R and BaseOPS), Building 1, Kansas Street, Natick, MA 01760-5011
 
ZIP Code
01760-5011
 
Solicitation Number
W911QYARMYSAFETYPROGRAM
 
Response Due
11/26/2010
 
Archive Date
1/25/2011
 
Point of Contact
David Barceleau, 508 233 6103
 
E-Mail Address
RDECOM Contracting Center - Natick R&D (RDECOM-CC)
(david.barceleau@us.army.mil)
 
Small Business Set-Aside
Competitive 8(a)
 
Description
This is a SOURCES SOUGHT SYNOPSIS. This is a Sources Sought Synopsis announcement; market survey for information only, that the Government will use for preliminary planning purposes. The Government is not requesting proposals nor accepting proposals associated with this synopsis. The Government will not pay for any information or administrative cost incurred in response to this Sources Sought Synopsis. All costs associated with responding to this Sources Sought Synopsis will be solely at the interested partys expense. Not responding to this Sources Sought Synopsis will not preclude participation in any future Request for Proposal (RFP) if issued. The United States Army Combat Readiness Center (USACRC) at Ft. Rucker, AL has tasked the Natick Contracting Division (NCD) of the Research, Development, and Engineering Contracting Center to conduct market research into awarding a Firm-Fixed-Price, Indefinite Delivery and Indefinite Quantity (IDIQ) Contract, that may include up to four option years in support of the Army Safety Program. The contemplated performance-based services include a full range of services and solutions necessary for the contractor to support the USACRC in the execution of the Army Safety Program. The scope includes the Command, Control, Communications, Computers, and Information Management (C4IM) requirements as defined in Army Regulation 25-1 (AR 25-1). Information that is more detailed about this Sources Sought Synopsis can be found through the link under the Additional Info section of this Sources Sought Synopsis. The purpose of this synopsis is to gain knowledge of interest, capabilities, and qualifications of Alaskan Native Corporation Owned (ANC) Firms that are also SBA Certified 8A (8(a)) Program Participants to compete and perform this Firm-Fixed-Price, IDIQ Contract. The type of solicitation the Government may issue will depend upon the responses to this Sources Sought Synopsis. The Government must ensure there is adequate competition among the potential pool of responsive contractors. Portions of this effort shall be done in a government facility on Fort Rucker, AL; some tasks may be suitable to be accomplished within the local area but not within a government facility. There shall be tasks or portions of tasks that could be sub contracted and or executed at virtually any location that provides the contractor the most effective and efficient utilization of assets and delivery of product. The goal of this effort is to utilize the most effective and efficient task organization to delivery quality services and products to the USACRC and the U.S. Army. The physical location of personnel and or task within the USACRC is not critical to the success of some or most of this effort. Offerors response to this Synopsis shall exceed 10 pages and shall include the following information: 1) Offerors name, address, point of contact, phone number, and e-mail address. 2) Offerors interest in bidding on the RFP if issued by the Government. 3) Offerors capability to meet a full range of services and solutions necessary for the contractor to support the USACRC in the execution of the Army Safety Program, the capability to provide a full range of IT equipment, and the capability to provide support of non IT type services. 4) Offerors capability to perform a contract of this magnitude and complexity (include offerors in-house capability to execute comparable work performed within the past 5 years brief description of the project, customer name, timeliness of performance, customer satisfaction, and dollar value of the project) provide at least 3 examples. 5) Confirmation of offerors ANC and 8(a) qualifications. 6) Offerors Joint Venture information if applicable existing and potential. Response submissions should be submitted in Microsoft Word format and shall not exceed 10 pages with Arial font greater than or equal to 10 pt. Respondents are strongly urged to adhere to this page limitation as well as to limit marketing material in order to provide more substantive information in their response. Responses are to be submitted via e-mail to the NCD at david.barceleau@us.army.mil no later than 1500 EST 26 November 2010. All interested contractors must be registered in CCR to be eligible for award of Government contracts.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/c07d9f9cbe71e52ec5d85a2a265969f0)
 
Place of Performance
Address: RDECOM Contracting Center - Natick R&D (RDECOM-CC) ATTN: AMSRD-ACC-N, Natick Contracting Division (R and BaseOPS), Building 1, Kansas Street Natick MA
Zip Code: 01760-5011
 
Record
SN02326162-W 20101112/101110234539-c07d9f9cbe71e52ec5d85a2a265969f0 (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.