SPECIAL NOTICE
D -- Information Technology Services for US Army Space and Missile Defense Command/Army Forces Strategic Command (USASMDC/ARSTRAT) - CIMS II
- Notice Date
- 5/9/2012
- Notice Type
- Special Notice
- NAICS
- 541513
— Computer Facilities Management Services
- Contracting Office
- U.S. Army Strategic Command, XR W4T8 ARSPACE CONTRACTING BR, 350 Vandenberg St. Bldg 3, Peterson Air Force Base, CO 80914-4914
- ZIP Code
- 80914-4914
- Solicitation Number
- W91260-12-R-0002
- Archive Date
- 8/7/2012
- Point of Contact
- Leslie Ryan, 719-554-8754
- E-Mail Address
-
U.S. Army Strategic Command
(leslie.ryan@smdc-cs.army.mil)
- Small Business Set-Aside
- N/A
- Description
- 1. This announcement is being published to notify interested parties about the Command Information Management System (CIMS) for US Army Space and Missile Defense Command/Army Forces Strategic Command (USASMDC/ARSTRAT). This will be a single award, IDIQ contract to provide IT related functions such as: help desk support, video teleconferencing (installation, maintenance and support), information assurance, network administration (infrastructure), systems administration (Computer Ops), configuration management, program management, software management, scheduled and non-scheduled IT maintenance, special systems maintenance, software and license maintenance, application software maintenance, and hardware purchasing. Experience with Thin Client and CITRIX is important and will be part of the evaluation. This contract is primarily to support USASMDC/ARSTRAT customers, but may be used by customers outside of the command as well. The contractor shall be required to provide all management, personnel, materials, and supplies required to perform the functions identified in the Performance Work Statement. 2. This will be a follow-on contract to the current CIMS contract, Contract Number W9113M-06-D-0001 currently administered in Huntsville, AL. The requirements for the new contract (known as CIMS II) will be procured and administered in Colorado Springs, CO. This acquisition was originally intended to be accomplished using the GSA Alliant Small Business GWAC. Therefore, the RFI was not posted on FedBizOpps (FBO). As our requirement has evolved over the past year, it was determined the GWAC would no longer meet our needs. This acquisition is now being opened to industry, which requires the use of FBO to provide information. From this date forward, all information regarding CIMS II will be posted on FBO. 3. This is only an announcement and is NOT a Request for Information (RFI) or Request for Proposal (RFP). A solicitation is not being issued at this time and this notice shall not be construed as a commitment by the Government to issue a solicitation or ultimately award a contract, nor does it restrict the Government to a particular acquisition approach. 4. CIMS II will be a 100% Small Business Set-aside under NAICS Code 541513 with a size standard of $25.5M. Small businesses will be required to comply with Federal Acquisition Regulation 52.219-14, Limitations on Subcontracting and 13 CFR 125.6 (known as the 50% rule). Under the 50% rule where the preponderance of support is for services, at least 50% of the cost of the contractor performance incurred for personnel shall be expended for employees of the small business prime. 5. The Government is contemplating a period of performance for this contract of a (1) one-year base period with (4) four one-year option periods. This acquisition will result in a single award. The estimated contract start date is April 2013, with a potential 60 day Phase-In Period to begin February 2013. The Government anticipates evaluating as a Best Value acquisition, using Price-Performance Tradeoff (PPT) procedures. Task orders may be issued as Fixed Price, Cost Plus Fixed Fee, Labor Hour or a combination of contract types. The contractor will be required to have an adequate cost accounting system for the cost reimbursable portion of the contract. The contractor may be required to obtain employees with a variety of government security clearances. At a minimum, all employees will need a SECRET clearance. The maximum ceiling amount for the entire five year IDIQ contract will be $49M. 6. We anticipate holding an Industry Day in Colorado Springs, CO during the middle to the end of June. The solicitation should be released around the end of July, with proposals due 30 days later. Please note these dates are only estimates and are subject to change. All potential offerors are reminded, in accordance with Defense Federal Acquisition Regulations (DFARS) 252.204-7004, Central Contractor Registration (CCR) is required. Lack of registration in the CCR will make an offeror ineligible for contract award. 7. Points of Contact are: Leslie Ryan, Contracting Officer, Phone (719) 554-8754, Fax (719) 554-8799, e-mail leslie.ryan1@us.army.mil and Jacque Greene, contract specialist, Phone 719-554-1963, e-mail Jacqueline.m.greene@us.army.mil. NO OTHER GOVERNMENT PERSONNEL ARE TO BE CONTACTED ABOUT THIS ACQUISITION. ONLY THE POC'S.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/SMDC/DASG62/W91260-12-R-0002/listing.html)
- Record
- SN02743590-W 20120511/120509235541-39464ace93933792df8a02fd2bbf064f (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 |