Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 11, 2012 FBO #3821
SOURCES SOUGHT

D -- Information Technology (IT) Specialist

Notice Date
5/9/2012
 
Notice Type
Sources Sought
 
NAICS
541513 — Computer Facilities Management Services
 
Contracting Office
MICC - Fort Jackson, Directorate of Contracting, Building 4340, Magruder Street, Fort Jackson, SC 29207-5491
 
ZIP Code
29207-5491
 
Solicitation Number
W9124C0010154076
 
Response Due
5/18/2012
 
Archive Date
7/17/2012
 
Point of Contact
Marvinia Adams, 803-751-2593
 
E-Mail Address
MICC - Fort Jackson
(marvinia.j.adams@us.army.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a Sources Sought Notice (not a pre-solicitation notice pursuant to FAR Part 5) to identify sources that can provide all personnel, equipment, supplies, facilities, transportation, tools, materials, supervision, and other items and non-personal services necessary to perform Information Technology (IT) support at Fort Jackson, SC. The Information Technology Specialist will be required to perform work independently or as a member of a team, in the administration, delivery, maintenance, and support of IT systems and services with a direct impact to training mission and customer support. Services include: troubleshooting and maintaining hardware to ensure the availability and functionality of systems; documenting the physical configuration of information systems; optimizing the functionality of systems; diagnosing and recovering failed systems; and providing customer support to customers who need advice, assistance or training on hardware or software systems. A single firm-fixed priced contract is contemplated with a period of performance (PoP) of one 12-month base year and four one-year option periods to begin 1 September 2012 (tentative). This sources sought is to determine the capability of potential small business sources and the availability of commercial sources and services pursuant to FAR Part 10. This notice is for informational purposes only and does not constitute an Invitation for Bid or Request for Proposal, and is not to be construed as a commitment by the Government. Certified small businesses are encouraged to participate. Responses should contain the following: 1. Company Information - 2 Page Limit (Page Limit Includes: All appendices, charts, graphs, diagrams, tables, photographs, drawings, etc.) Company Name Cage Code DUNs number Tax ID number Company Address Point of Contact (POC) NAME: ________________________ TITLE: ________________________ TELEPHONE: ________________________ FACSIMILE:________________________ E-MAIL: ________________________ Size of Business pursuant to NAICS code 541513 Small Business Agency Regional Office ( if applicable) 2. Technical Capability - 5 Page Limit (Page Limit Includes: All appendices, charts, graphs, diagrams, tables, photographs, drawings, etc.) The technical capability shall demonstrate and consist of the offeror's technical approach for satisfying the government's requirements. The technical capability shall clearly delineate the division of performance between the prime contractor and any subcontractor(s), if applicable. The Offeror's technical approach shall include: a)Relevant Experience & Past Performance: The Offeror shall describe its relevant experience in providing services of similar scope and complexity to the requirements by providing the following information: i.Contract number of contract of similar scope and complexity ii.Current status, e.g., completed and/or, if in progress, start and estimated completion dates iii.Dollar value and type of contract iv.Description of services provided b)Management Approach: The Offeror shall focus on how they plan to staff, manage and accomplish the requirement. The Offeror should provide sufficient information to show that they understand the nature of the work and have a plan for providing the described services. c)Personnel: The Offeror shall describe the personnel resources proposed, labor hours, classifications of laborers, and their roles/responsibilities in relation to implementation of this requirement. The submission shall be clearly indexed and logically assembled. Each volume shall be clearly identified and shall begin at the top of a page. All pages of each volume shall be appropriately numbered and identified by the complete company name, date and source sought reference number (W9124C0010154076) in the header and/or footer. All information shall be confined to the appropriate file. The offeror shall confine submissions to essential matters, sufficient to define the proposal and provide adequate basis for evaluation. Offerors are responsible for including sufficient details, in a concise manner, to permit a complete and accurate evaluation of each proposal. Proprietary information shall be clearly marked. Company must be registered on Central Contractor Registration (CCR): http://www.ccr.gov and have a completed and updated company representations and certifications on the ORCA website http://orca.bpn.gov. Submit all questions or requests for clarifications in writing via Electronic Mail (e-mail) to marvinia.j.adams.civ@mail.mil. All questions must be submitted no later than 4:30 PM EST, May 10th 2012 to allow a reasonable time for the Government to respond. All questions submitted after that time and date may not be answered. Interested sources should submit responses by Electronic Mail ONLY (E-Mail) to marvinia.j.adams.civ@mail.mil no later than 5:00 PM EST 18 May 2012. Electronic submissions via fax will not be accepted. All prospective offerors are responsible for monitoring this site for the release of all other information pertaining to this requirement and any follow-on synopsis or solicitation.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/561d8ce9a515d2d3b68885a456412196)
 
Place of Performance
Address: MICC - Fort Jackson Directorate of Contracting, Building 4340, Magruder Street Fort Jackson SC
Zip Code: 29207-5491
 
Record
SN02743814-W 20120511/120509235832-561d8ce9a515d2d3b68885a456412196 (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.