SOURCES SOUGHT
D -- Market Survey Request Only for Information Technology Support Services to the Army OTSG
- Notice Date
- 7/17/2012
- Notice Type
- Sources Sought
- NAICS
- 541513
— Computer Facilities Management Services
- Contracting Office
- Contracting Center of Excellence (NCR-CC), 200 Stovall Street, 11TH Floor, Alexandria, VA 22331-1700
- ZIP Code
- 22331-1700
- Solicitation Number
- W91WAW12R0061
- Response Due
- 7/23/2012
- Archive Date
- 9/21/2012
- Point of Contact
- Mitchelle Labady, 703.325.2175
- E-Mail Address
-
Contracting Center of Excellence (NCR-CC)
(mitchelle.r.labady.civ@mail.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- This sources sought announcement is a market survey for information and planning purposes only. It is not to be construed as a commitment by the Government. This announcement is not a solicitation as defined by FAR 2.101, and the Government is not requesting offers or proposals at this time. This sources sought does not commit the Government to contract for any supply or service. Respondents are advised that the US Government will not pay for any information or administrative costs incurred in responding to this sources sought. Any responses to this sources sought received by the Government will not be accepted to form a binding contract. The Government is not obligated to consider any contractors input as a result of this notice. If a solicitation is issued, the Government does not guarantee that it will be issued to sources sought respondents. The US Army Contracting Command, National Capital Region (ACC-NCR), on behalf of the US Army Office of the Surgeon General (OTSG), intends to procure Information Technology Support Services in accordance with the attached Performance Work Statement (PWS). A Firm - Fixed Price (FFP) type contract with a period of performance of 3 years to include one (1) twelve (12) month base period and two (2) 12-month option periods is anticipated. The requirement is potentially a 100% SET-ASIDE FOR SMALL BUSINESS CONCERNS in accordance with FAR Part 19. Only small businesses in NAICS code 541513 (Computer Facilities Management Services) with a size standard of $25.5 million are to submit 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 as requested below. If capability packages are not received from at least two responsible small business concerns in accordance with FAR Part 19 by the deadline or if the Government determines that no small business concerns in accordance with FAR Part 19 are capable of performing this requirement; this requirement will be solicited under full and open competitive procedures. All interested small business concerns' should compile and submit questions regarding this announcement no later than 4:00 PM Eastern Standard Time (EST), Thursday, 19 July 2012 to the Points of Contact (POC) identified below. Answers to small business concern's questions as well as any amendments will be posted and must be retrieved from this website. No solicitation mailing list will be compiled. The deadline for submission of capability packages is no later than 11:00 AM EST, Monday, 23 July 2012. Capability packages shall not exceed twenty (20) pages and must be submitted electronically to the POC's identified below. It is the responsibility of the Offeror to ensure the timely delivery of their proposal to this office via email on or before the aforementioned deadline. Late responses will not be considered. Responses to the sources sought must be submitted via email to the following Points of Contact: Ms. Mitchelle R. Labady, Contract Specialist, at mitchelle.r.labady@us.army.mil with a carbon copy (cc) to Mr. Timothy H. Lower, Contracting Officer at timothy.h.lower.civ@mail.mil. No phone calls, please. Small business shall provide responses to the required criteria to be considered eligible. Areas where a contractor does not have prior experience should be annotated as such. (1) Technical Capability: Provide a "Project Plan" and "Technical Approach" for successfully completing the tasks for Program Management, Network Management, Customer Support, Technical Support and Integrated Logistics Support components of the Information Technology Support Services identified in the attached PWS. (2) Past Performance: Provide up to three (3) past performance references to show that your company has relevant and current past performance experience similar in nature, scope, complexity, and difficulty of work in accordance with the PWS. Include contract numbers, the title of the contract and the Agency the contract is administered by, contract type, dollar value, points of contacts, and brief description of work performed. Relevancy is based on having performed similar or same types of services (nature of work, scope, complexity and difficulty) as described in the PWS. Currency is defined as relevant past performance within the last three years (as of 1 July 2009). (3) Key Personnel: Provide documentation that shows the key management and information technology staff that would be assigned to this requirement have the technical knowledge and experience directly related to the tasks outlined within the PWS. Do they meet the security and computing environment certification standards as dictated by DoDI 8570-01.M Information Assurance Workforce Improvement Program and AR 25-1 and -2? Please indicate which certifications are held and for which positions you plan on proposing. Interested small business concerns must have valid Online Representations and Certifications Application (ORCA) and active Central Contractor Registration (CCR) status to be eligible.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/2a834061df5f34a7fe770828e0e8dc05)
- Place of Performance
- Address: Army Contracting Command, National Capital Region (ACC-NCR) 200 Stovall Street, 11TH Floor Alexandria VA
- Zip Code: 22331-1700
- Record
- SN02805032-W 20120719/120717235144-2a834061df5f34a7fe770828e0e8dc05 (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 |