SOURCES SOUGHT
99 -- Development, Enhancement and Maintenance of Web-based Application for the Army Surgeon General's Office, Directorate of Medical Education.
- Notice Date
- 12/20/2010
- Notice Type
- Sources Sought
- NAICS
- 518210
— Data Processing, Hosting, and Related Services
- Contracting Office
- Contracting Center of Excellence (NCR-CC), ATTN: Policy and Compliance, 5200 Army Pentagon, Room 1D245, Washington, DC 20310-5200
- ZIP Code
- 20310-5200
- Solicitation Number
- W91WAW-11-R-0023
- Response Due
- 12/28/2010
- Archive Date
- 2/26/2011
- Point of Contact
- BETTY JONES, 703-428-1094
- E-Mail Address
-
Contracting Center of Excellence (NCR-CC)
(betty.l.jones@conus.army.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- This sources sought announcement is for information and planning purposes only; it is not to be construed as a commitment by the Government. A Contract my not be awarded as a result of this sources sought announcement. The US Army Contracting Command, National Capital Region Contracting Center (NCRCC) at Hoffman II, on behalf of USA Joint Health Service Agency, intends to procure services for design, analysis, modifications, testing, security and implementation of automation requirements in support of the MEDCOM Medical Education Directorate's web based application and web pages using small business set-aside procedures in accordance with FAR Part 19 or under full and open competitive procedures. If at least two (2) small business concerns are determined by the Government to be capable of performing this requirement based on the evaluation of the capability packages submitted by 10:00 a.m. 28 December 2010 the requirement will be solicited as a 100% set-aside for small business concerns in accordance FAR Part 19. If capability packages are not received from at least two responsible small business concerns in accordance with FAR Part 19 by the response date or if the Government determines that no small business concerns in accordance with FAR Part 19 are capable of performing this requirement based upon an evaluation of the capability packages submitted; this requirement will be solicited under full and open competitive procedures. Only small businesses are to submit capability packages. Interested small business concerns in NAICS code 518210 with size standard of $23M dollars are encouraged to submit their capability packages. The capability packages for this sources sought market survey are not expected to be proposals, but rather statements regarding the company's existing experience in relation to the areas specified in the PWS. Capability packages must not exceed 15 pages and must be submitted electronically. Due to time constraints, questions will not be accepted concerning this requirement. Small business concerns are to outline their experiences in the following task areas. Areas or tasks where a contractor does not have prior experience should be annotated as such. The Contractor shall provide services for design, analysis, modification, testing, security and implementation of automation requirements in support of the MEDCOM Medical Education Directorate's web based application and web pages. The Contractor shall ensure the MEDCOM Medical Education Directorate's web based application and web page system remains a tenant in good standing on the Pentagon's server by maintaining and enhancing security features. The Contractor shall assist Government in analyzing, redesigning and upgrading all classic ASP code into ASP.net. Graduate Medical Education (GME), First Year Graduate Medical Education (FYGME) and the Health Professions Scholarship Program (HPSP) modules as well as portions of the financial module will require technology refresh. After initial technology refresh, the Contractor shall upgrade all modules of the website from ASP.net to a product similar to SilverLight. The Contractor shall convert GME functionality currently on the mainframe to the web-based application. The Contractor shall assist the Medical Education Directorate in development of requirements documents for new automation initiatives. In addition, the Contractor shall amend or add to existing requirements documents when enhancements are requested by the Government. In addition, the following questions must be answered and elaborated on as part of the package: (1) Financial Capability - Does your firm have the financial capability to withstand a negative cash flow of $375,000.00 per month? (2) Past Performance - Does your firm have the relevant past performance within the last three (3) years? (include contract numbers, contract type, dollar value of each procurement, point of contacts, and brief description of the work performed); (3) Corporate Experience-Does your firm have the work experience similar in nature, scope, complexity, and difficulty of work in the PWS. The Contract type will be determined. The anticipated period of performance shall be for one (1) Base year base of 12 months beginning on 1 February 2011 with the possibility of two to four one-year Option periods. The place of performance will be within the Metropolitan DC area and be considered as local travel. A SECRET clearance is not required. However, Contractor personnel must be U.S. citizens. A written Request for Proposal (RFP) will be posted on or about 11 January 2011. The RFP must be retrieved and downloaded from https://chess.army.mil/ascp/commerce/user/login.jsp. No hard copies of the RFP will be issued. All amendments will be posted and must be retrieved from this website. Responses to the RFP must be submitted by email to the POC identified below. No solicitation mailing list will be compiled. Contractors are responsible for all costs for submitting their capability packages. POC is Ms. Betty Jones, at betty.l.jones@conus.army.mil or Ms. Thomas Hagyard at thomas.j.hagyard@conus.army.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/cada791927895aaa6e31d180ec232368)
- Place of Performance
- Address: National Capital Region Contracting Center (NCRCC) 200 Stovall Street, 11th Floor Alexandria VA
- Zip Code: 22332-1800
- Zip Code: 22332-1800
- Record
- SN02347321-W 20101222/101220233910-cada791927895aaa6e31d180ec232368 (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 |