Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 25, 2012 FBO #3896
SOURCES SOUGHT

D -- U S Army Records Managemnent Declassification Agency ARIMS/FOIASupport Services

Notice Date
7/23/2012
 
Notice Type
Sources Sought
 
NAICS
541990 — All Other Professional, Scientific, and Technical Services
 
Contracting Office
N00104 NAVSUP Weapon Systems Support Mechanicsburg PA NAVSUP 5450Carlisle Pike PO Box 2020 Mechanicsburg, PA
 
ZIP Code
00000
 
Solicitation Number
N0010412RQ781
 
Response Due
8/2/2012
 
Archive Date
8/17/2012
 
Point of Contact
None
 
E-Mail Address
linda.ebbets@navy.mil
(linda.ebbets@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
INTRODUCTION The NAVSUP Weapon Systems Support IT Contracts Department (M0271), Mechanicsburg, PA announces its intention to procure on a competitive basis the services to provide support to the U. S. Army Records Management Declassification Agency (RMDA), IT Directorate, Alexandria, VA. The results of this Sources Sought will be utilized to determine if any Small Business Set-Aside opportunities exist. All Small Business Set-Aside categories will be considered. Furthermore, this market research tool is being used to identify potential and eligible firms, of all sizes, prior to determining the method of acquisition and issuance of a Solicitation. PLACE OF PERFORMANCE Location % On-Site Government % Off-Site Contractor Alexandria, VA 100% 0% DISCLAIMER "THIS SOURCES SOUGHT IS FOR INFORMATIONAL PURPOSES ONLY. THIS IS NOT A REQUEST FOR PROPOSAL. IT DOES NOT CONSTITUTE A SOLICITATION AND SHALL NOT BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT. RESPONSES IN ANY FORM ARE NOT OFFERS AND THE GOVERNMENT IS UNDER NO OBLIGATION TO AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCEMENT. NO FUNDS ARE AVAILABLE TO PAY FOR PREPARATION OF RESPONSES TO THIS ANNOUNCEMENT. ANY INFORMATION SUBMITTED BY RESPONDENTS TO THIS TECHNICAL DESCRIPTION IS STRICTLY VOLUNTARY." PROGRAM BACKGROUND The United States (U.S.) Army is obligated to protect the rights and interests of Government, soldiers, and civilians by the judicious and efficient management of Army records. Thus, the U.S. Army is required to maintain an information management system for the review of classified and unclassified records, which also undergo a declassification review, if applicable. The U.S. Army Records Management and Declassification Agency (RMDA) is responsible for operating the Army Records Management Program. The Administrative Assistant to the Secretary of the Army has directed RMDA to revitalize and streamline this program to achieve economy and efficiency in the management of Army records. The Information Technology (IT) director supports the four production divisions within RMDA: The Army Declassification Activity (ADA), Records Management Division (RMD), Freedom of Information and Privacy Acts Office (FOIA/PA), and the Joint Services Records Research Center (JSRRC). The Army Records Information Management System (ARIMS) is the technology component developed to identify, collect, store, retrieve, and preserve Army records in electronic and hard copy format. ARIMS provides a web-based set of records management tools to assist Army personnel in the management of both short-term (six years or less) and long-term records created in the business process. ARIMS is the portal for access to the Army Electronic Archives and Master Index; it is managed by the IT director and used by the four production divisions. This requirement is a consolidation of several tasks previously procured on a sole source basis on contracts N00104-11-F-Q998, N00104-11-F-Q997, and N00104-11-F-QW80 currently being performed by Intergraph Corporation. The existing contracts are Firm Fixed Price Type. These contracts are due to expire 21 September 2012, 26 September 2012, and 30 September 2012, respectively. REQUIRED CAPABILITIES The contractor shall provide support services in support of the areas specified in Program Background (above). Further detail is provided in the draft Performance Work Statement (PWS) attached to this announcement (Attachment 1). These requirements are continuous and ongoing and therefore, a contiguous work force is mandatory. A DD Form 254 Contract Security Classification Specification shall apply to this requirement and the prime contractor shall have or demonstrate ability to obtain "Top Secret" Facility and "Secret" Safeguarding Clearances. ELIGIBILITY The applicable NAICS Code for this requirement is 541990 with a Small Business Size threshold of $7.0 Million. Businesses of all sizes are encouraged to respond; however, each respondent must clearly identify their business size in their capabilities statement. ADDITIONAL INFORMATION AND SUBMISSION DETAILS (CAPABILITIES STATEMENT) A draft Performance Work Statement (PWS) is attached for review. (Attachments 1) Interested parties are requested to submit a capabilities statement of no more than ten (10) pages in length in Times New Roman font of not less than 10 pitch. This documentation must address at a minimum the following items: 1.) What type of work has your company performed in the past in support of the same or similar requirement? 2.) Can or has your company managed tasks of this nature? If so, please provide details. 3.) Can or has your company managed a team of subcontractors before? If so, provide details. 4.) What specific technical skills does your company possess which ensure capability to perform the tasks? 5.) Please note that under a Small-Business Set-Aside, in accordance with FAR 52.219-14, the small business prime must perform at least 51% of the work themselves in terms of the cost of performance. Provide an explanation of your company's ability to perform at least 51% of the tasking described in this PWS for the base period as well as the option periods. 6.) Provide a statement including current small/large business status and company profile to include number of employees, annual revenue history, office locations, DUNs number, etc. 7.) Respondents to this notice also must indicate whether they qualify as a Small, Small Disadvantaged, Women-Owned, Hub Zone, or Service Disabled Veteran-Owned Small Business Concern. 8.) Include in your response your ability to meet the requirements in the Facility and Safeguarding requirements. The estimated period of performance consists of a base year and 4 one year options with performance commencing in September 2012. The contract type is anticipated to be Firm Fixed Price Type. For informational purposes only, the Level of Effort for five years is estimated at approximately 51,000 man-hours. The proposed contract may include tasking that would be accomplished by labor categories that are subject to the Service Contract Act. Upon evaluation of the capability statements, if it is determined that this requirement will be an unrestricted competition, the Government intends to evaluate the Small-Business responses and conduct further market research to identify a subcontracting goal. Your response to this Sources Sought, including any capabilities statement, shall be electronically submitted to the Contract Specialist, Linda L. Ebbets, in either Microsoft Word or Portable Document Format (PDF), via email at linda.ebbets@navy.mil. The deadline for response to this request is 2 pm, EST, 31 July 2012. All data received in response to this Sources Sought that is marked or designated as corporate or proprietary will be fully protected from any release outside the Government. No phone calls will be accepted. All questions must be submitted via email at the address above. The Government is not committed nor obligated to pay for the information provided, and no basis for claims against the Government shall arise as a result of a response to these Sources Sought.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSUP/N000104/N0010412RQ781/listing.html)
 
Place of Performance
Address: U S Army Records Management Declassification Agency
Zip Code: IT Directorate - Casey Building
 
Record
SN02811620-W 20120725/120723235124-a5ae34f5d88d1f4048173b0863df0246 (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.