SPECIAL NOTICE
R -- Information technology services in support of the Lifelong Learning Center (LLC) mission, Army Training Information Systems (ATIS) at Ft. Eustis, VA
- Notice Date
- 3/1/2012
- Notice Type
- Special Notice
- NAICS
- 541513
— Computer Facilities Management Services
- Contracting Office
- MICC Center - Fort Eustis (Joint Base Langley-Eustis), Building 2798, Fort Eustis, VA 23604-5538
- ZIP Code
- 23604-5538
- Solicitation Number
- W911S012RLLC
- Archive Date
- 3/1/2013
- Point of Contact
- Oscar Clark, (757) 878-3166
- E-Mail Address
-
MICC Center - Fort Eustis (Joint Base Langley-Eustis)
(oscar.m.clark.civ@mail.mil)
- Small Business Set-Aside
- N/A
- Description
- This is a combined Sources Sought Notice and Request for Information (RFI) seeking responses from ALL business types to the market research questions at the end of this notice; however, capability responses will only be accepted by small businesses in order to determine small business ability to participate in this acquisition. This is NOT a solicitation for proposals, abstracts, or quotations. The Mission and Installation Contracting Command Center- Mission Contracting Office Fort Eustis (MICC-MCO) is seeking information on small business sources that can provide expertise and services to support the TRADOC Capabilities Manager (TCM) for Army Training Information Systems (ATIS) at Ft Eustis, VA. Contractors shall provide all management, personnel, site supervision, and any other items necessary to perform all information technology services in support of the Lifelong Learning Center (LLC) mission. The LLC operates within a variety of information technology environments to support their information management objectives. The contractor shall ensure centers comply with the Army Enterprise Infrastructure and support a service-oriented architecture. The infrastructure shall leverage cutting-edge technologies and be adaptable to future technology evolutions focused on improving the Lifelong Learning concept. The contractor shall provide support services for (4) four LLC's and (1) one separate operating locations; however, the requirement may evolve into more or less locations and work effort dependent upon DOD future needs. The MICC-MCO Fort Eustis intends to procure the following related deliveries under a single award indefinite delivery/indefinite quantity (ID/IQ) contract. The Period of Performance shall be no more the 3 years (Phase-In Period (30-days), Base period (12 months), and two option years). Below is a summary of the tasks required: 1. LLC Technical and Personnel Configuration. The contractor shall be responsible for the efficient operation and maintenance of each functioning LLC. This responsibility may include (1) hosting web portals or knowledge networks (KNs), (2) maintaining digital libraries, (3) providing support desk assistance, (4) maintaining student management databases, (5) providing VC support, (6) providing server support, (7) configuring LLC systems, user (such as instructors and domain administrators) training, and additional miscellaneous tasks as deemed necessary by the contractor. 2. Portals / Knowledge Networks. The contractor shall maintain the portals / knowledge networks (web link) from the LLC to the student, via AKO. The home page configuration is based on the AKO credentials of the Soldier/user and/or Common Access Card (CAC). The portal is a powerful content management solution allowing the proponent to establish controls over the content of each portion of their website. The contractor shall provide corrective actions reports as agreed to by the COR and as conditions dictate dependent upon system discrepancies. 3. Digital Library. The contractor shall include in the maintenance of each LLC a digital library that supports storage of Military Occupational Specialty (MOS) and Functional Course lesson plans, programs of instruction (POIs), computer-based simulations, streaming video, and web-based training software and databases. The digital library shall also include a comprehensive search capability. The contractor shall provide corrective action reports to the COR as conditions dictate dependent upon system discrepancies. 4. Support Desk. The contractor shall maintain 365/24/7 support desk that shall provide assistance to users and / or direct calls to Subject Matter Experts (SME) that will assist users with technical or content issues and provide other LL material support as required. The support desk is the primary interface with the customer, whether they are training developers, instructors, staff members, or students. The support desk assists shall assist customers with the technical aspects of all systems within the LLC. Support desk operations shall be manned based on mission requirements as deemed necessary by the contractor. This is a recompete of an existing IDIQ contract supporting the TRADOC Capabilities Manager (TCM) for Army Training Information Systems (ATIS). The current IDIQ expired in Aug 2011. Incumbent is Advancia Corporation Contract Services. The designated NAICS Code is 541513, Computer Facilities Management Services; size standard is $25.0M. No decision has yet been made regarding the small business strategy for this contract. Small business is advised that FAR 52.219-14, Limitations on Subcontracting, would apply wherein at least 50 percent of the work must be performed by the small business prime contractor alone. Small businesses wishing to influence the Contracting Officer's decision regarding small business set-asides are urged to respond to this announcement. If the market research supports it, we will consider further socio-economic set asides such as 8(a), service-disabled veteran owned small business (SDVOSB), Historically Underutilized Business Zone (HUBZone). Your brief capabilities statement package (no more than 7 pages, single spaced, 11 minimum font size) demonstrating ability to perform the services listed above. A generic capability statement is not acceptable. Please review carefully the requirements listed below. This documentation must address, at a minimum, the following: (1)company profile to include number of employees, annual revenue history (last 3 years), office location(s), DUNS/CAGE Code number, and a statement regarding current business status (i.e. HUBZone, WOSB, SDVOSB, 8(a), SDB etc.); (2)a point of contact with name, telephone number and e-mail address; (3) prior/current corporate experience and capability and experience of your teaming partners performing efforts of similar size and scope within the last three years, including contract number, organization supported, indication of whether as a prime or subcontractor, contract values, Government point of contact with current telephone number, and a brief description of how the referenced contract relates to the services described herein; (4) resources available such as corporate management, currently employed personnel to be assigned to tasks under this effort to include professional qualifications, specific experience of such personnel, including the ability to have personnel located at Fort Eustis, VA, and letter of credit; (5) management approach to staffing this effort with qualified personnel; (6 statement regarding capability to obtain the required industrial security clearances for personnel; and (7) company's ability to begin performance upon contract award. The capabilities statement package should be sent via e-mail to: oscar.m.clark.civ@mail.mil MICC Center - Fort Eustis, ATTN: Mr. Oscar Clark, 2798 Harrison Loop, Fort Eustis, VA 23604-5538 by COB 8 Mar 2012. Any information provided by industry to the Government as a result of this notice or any follow-up information requests is voluntary and shall be treated as confidential. No reimbursement will be made for any costs associated with this or future requests. Additional information, as it becomes available, will be posted as amendments to this announcement. All amendments will be available for viewing at this website. It is incumbent upon the interested parties to review the site frequently for any updates and amendments to any and all documents. Market Research Questions - For ALL Business Types a.Following contract award, what transition period would be adequate prior to start of work? b.If the Government anticipated issuing Requests for Proposals using a Performance Work Statement (PWS). What risks do you foresee with this approach and how would you mitigate those risks? c.Is industry more likely to include additional costs for unknowns in a fixed price as opposed to a labor hour contract? Would a firm fixed price contract for support services result in higher proposal prices than a labor hour contract? Please explain. d.North American Industry Classification Systems (NAICS) code is 541513, A Computer Facilities Management Services (small business size standard of $25.0M), has been determined appropriate for this acquisition and FAR 52.219-14, Limitations on Subcontracting, applies wherein at least 50 percent of the work must be performed by the small business prime contractor alone. If your company qualifies as a small business as defined under this NAICS code, please respond to these additional questions. i. Can your company provide a team composed of a sufficient number of large and small subcontractors to perform this contract in an efficient, cost effective manner while meeting contract requirements? Please explain. ii. Is your company capable of providing qualified and experienced personnel at appropriate security levels? Please explain. iii. Is your company capable of providing a team composition that can support the entire scope of this contract effort with sufficient depth to perform a variety of tasks of varying complexity across while performing at least 50 percent of the work? Please explain. iv. Specifically, is your company capable of providing non-personal services for the areas mentioned in this notice? This requirement shall also provide all management, personnel, on or off site supervision, and any other items deemed necessary to perform all information technical services in support of the DOIM mission. In rendering the foregoing services, outputs may take the form of information, advice, opinions, alternatives, analyses, evaluations, and recommendations. If so, what is your experience with Government contracts of this magnitude and scope? e.Please provide any other applicable comments or recommendations not addressed in the foregoing. The Government is requesting you be succinct and limit your market research response (separate attachment) to no more than 7 pages, single spaced, 11 minimum font size. Please submit your response electronically via e-mail by COB 8 Mar 2012 to: oscar.m.clark.civ@mail.mil or to the address stated below. We appreciate your participation and input. Contracting Office Address: Mission and Installation Contracting Command (MICC) 2746 Harrison Loop Complex Fort Eustis, VA 23604-5538 NO PHONE CALLS WILL BE ACCEPTED. IF A SOLICITATION IS ISSUED IT WILL BE ANNOUNCED AT A LATER DATE, and all interested parties must respond to that solicitation announcement separately from the responses to this announcement. Additional information, as it becomes available, will be posted as amendments to this announcement. All amendments will be available for viewing at this website. It is incumbent upon the interested parties to review the site frequently for any updates and amendments to any and all documents. All potential offeror's are reminded, in accordance with FAR 52.204-7, Central Contractor Registration; lack of registration in the Central Contractor Registration (CCR) will make an offeror ineligible for contract award. Additionally, in accordance with Federal Acquisition Regulations (FAR) 52.204-8, Annual Representations and Certifications, offeror's are also reminded to register with Online Representations and Certifications Application (ORCA) at https://orca.bpn.gov. This notice shall not be construed as a commitment by the Government to ultimately award a contract, nor does it restrict the Government to a particular acquisition approach.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/a21424c74c4eba88eb2368a20bfb6c57)
- Record
- SN02686704-W 20120303/120301234823-a21424c74c4eba88eb2368a20bfb6c57 (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 |