SOURCES SOUGHT
D -- IT Support Services
- Notice Date
- 6/14/2011
- Notice Type
- Sources Sought
- Contracting Office
- US Army, Army Contracting Command, Joint Munitions and Lethality (JM&L) Contracting Center, Picatinny Arsenal, New Jersey 07806-5000
- ZIP Code
- 07806-5000
- Solicitation Number
- W15QKN-11-X-B014
- Response Due
- 6/21/2011
- Archive Date
- 7/21/2011
- Point of Contact
- Heather Yaworski, Contract Specialist, (973)724-3638
- E-Mail Address
-
Heather Yaworski
(heather.yaworski@us.army.mil)
- Small Business Set-Aside
- N/A
- 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 may not be awarded as a result of this sources sought announcement. The US Army Contracting Command, Fort Dix, NJ, on behalf of U.S. Army Deputy Chief of Staff G-3/ 5/7, Arlington, VA, intends to competitively acquire IT Support Services. The Deputy Chief of Staff (DCS), G-3/5/7 has the Army General Staff responsibility for strategy formulation, overall force development, individual and unit training policy, the functional aspects of strategic and tactical command and control systems, nuclear and chemical matters, and establishing requirements and priorities for the employment and sustenance of Army forces. The G-3/5/7 develops and maintains mobilization and deployment data in systems within the Mobilization Common Operating Picture (MOBCOP) Enterprise Suite of applications. The major SIPRNet systems of MOBCOP are: Mobilization Deployment Information System (MDIS), Department of the Army Mobilization Processing System (DAMPS), and MOBCOP Messaging System (MMS). The major NIPRNEt systems of MOBCOP are: DAMPS-Unclassified (DAMPS-U), DAMPS-Active Duty for Operational Support (DAMPS-A), DAMPS-Overseas Contingency Operation Individual (DAMPS-OCOIND), Tour of Duty (ToD), and DAMPS-Overseas Contingency Operations Temporary Change of Station (DAMPS-OCOTCS). A Firm Fixed Price (FFP) and Cost Reimbursement (CR) type of contract is anticipated. The majority of the effort will be FFP. The anticipated period of performance will be for one (1) base year and four (4) one year option periods. The proposed acquisition will commence by 15 August 2011. Contractor personnel will be required to possess either a current TOP SECRET (TS) or SECRET Clearance in accordance with the PWS. The individuals must possess a TS or SECRET clearance by the commencement of this proposed acquisition. In accordance with FAR Part 19, the government seeks maximum practicable opportunities for small business participation for this acquisition. Interested small business concerns that are qualified as a small business concern under NAICS code 541511 with a size standard of $25 MIL are encouraged to submit their capability packages. Please submit capability statements (not to exceed 10 pages) for IT Support Services relevant to the MOBCOP PWS. All contractors may submit questions to the draft PWS; however, all questions must be submitted no later than 16 June 2011 by 1:00 PM EST. A draft MOBCOP Performance Work Statement will be posted with this request for information. In addition, detailed answers to the following questions must be submitted as part of your response to this announcement: (1) Financial Capability - Does your firm have the financial capability to withstand a negative cash flow of low to mid 8 figure per month (2) Past Performance - Does your firm have the relevant past performance within the last four years? (include contract numbers, contract type, dollar value of each procurement, point of contracts, and brief description of the work performed); (3) Corporate Experience - Does your company have experience working on the Army Staff? If so to what extent (provide examples as appropriate); (4) Does your company have experience working in IT with MOBCOP or any of its component sub-systems; (5) How does your company plan to minimize the following (please be specific): (a) Administrative burden on the government (such as monthly invoicing); (b) The amount of employee turnover; (c) The amount of position vacancy time when turnover does occur? Contractors are responsible for all costs for submitting their capability packages. The POCs for this requirement are Evonne Heyward at evonne.m.heyward.civ@mail.mil, Maureen Coughlin, at maureen.e.coughlin.civ@mail.mil and Raina Derrick at raina.m.derrick.civ@mail.mil. All capability packages must be electronically submitted to the POCs by 21 June 2011 by 1:00 PM EST.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/ec6ce879b3b1e59d12c643727e1fcdce)
- Record
- SN02471961-W 20110616/110614234631-ec6ce879b3b1e59d12c643727e1fcdce (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 |