Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 21, 2012 FBO #3984
SOURCES SOUGHT

D -- National Ground Intelligence Center (NGIC) Data Lifecycle Management Sources Sought - W911W5-DATALIF SOURCES SOUGHT

Notice Date
10/19/2012
 
Notice Type
Sources Sought
 
NAICS
541519 — Other Computer Related Services
 
Contracting Office
Department of the Army, U.S. Army Intelligence and Security Command, National Ground Intelligence Center, Attn: IANG-CS-LO/MS204, 2055 Boulders Road, Charlottesville, Virginia, 22911-8318
 
ZIP Code
22911-8318
 
Solicitation Number
W911W5-DATALIF
 
Archive Date
12/4/2012
 
Point of Contact
Jessica C. Mullins, Phone: 4349511653
 
E-Mail Address
jessica.c.mullins.civ@mail.mil
(jessica.c.mullins.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
National Ground Intelligence Center (NGIC) Data Lifecycle Management Services DESCRIPTION: The National Ground Intelligence Center (NGIC) is conducting market research for a potential requirement. The purpose of this notice enables NGIC to : - Obtain and acquire market information for an Enterprise storage and data management solution - Determine the availability of sources that have the capability to provide a Enterprise storage and data management solution in a secure/classified Federal environment - Obtain information on how the prospective company would integrate and deploy an Enterprise storage and data management solution - Determine approximate costs and implementation timelines for an Enterprise storage and data management solution The primary focus for this project is to develop a storage solution that positions the NGIC for future storage needs and anticipated budgetary reduction. The anticipated benefits of this project are to realize cost savings by storing the least accessed data on low cost storage media, mitigate against redundantly stored data, and reduce operational costs associated with manual storage administration. The solution proposed must integrate with current NGIC storage infrastructure. See attachment "W911W5-DATALIF" for full Sources Sought/Request for Information document that includes: - Appendix A - Acronyms - Appendix B - Requirements List Template - Appendix C - Rough Order Magnitude of Cost Template - Apenndix D - Sample Data Tiers These services will be performed onsite at the National Ground Intelligence Center in Charlottesville, VA. Performance requires a TOP SECRET contractor facility clearance. Contractor personnel performing under this contract shall be U.S. Citizens, have a final TOP SECRET clearance with a Single Scope Background Investigation (SSBI), and shall be eligible for indoctrination to the Sensitive Compartmented Information (SCI) level. Some positions may require a Polygraph examination if additional accesses are required. The contractor is responsible for obtaining all necessary security clearances for contractor personnel. This TOP SECRET level contractor facility clearance requirement may also apply to affiliates, team members, and subcontractors if they have access to classified information. A Fixed Fee type contract is anticipated, for up to four (4) option year periods, (i.e., base year plus four (4) option years). Interested small business potential offerors are encouraged to respond to this notice. However, be advised that generic capability statements are not sufficient for effective evaluation of respondents' capacity and capability to perform the specific work as required. Responses must directly demonstrate the company's capability, experience, and/or ability to marshal resources to effectively and efficiently perform each of the tasks described above at a sufficient level of detail to allow definitive evaluation; and evidence that the contractor can satisfy the minimum requirements listed above while in compliance with FAR 52.219-14 ("Limitations on Subcontracting"). 13 C.F.R. 125.6 contains the prime contractor performance requirements under these limitations on subcontracting rule. Failure to definitively address each of these factors may result in a finding that the respondent lacks the capability to perform the work. SUBMISSION INSTRUCTIONS: Prospective sources possessing the capability, experience, and security clearance qualifications are invited to submit a response to this Sources Sought for NGIC Data Lifecycle Management. Interested sources shall provide all feedback in writing to jessica.c.mullins.civ@mail.mil. Please title the subject of your email as follows: SOURCES SOUGHT - W911W5-DATALIF. Responses to this notice shall be limited to fifteen [15] pages, and must include: 1. Company name, mailing address, e-mail address, telephone and FAX numbers, website address (if available), and the name, telephone number, and e-mail address of a point of contact having the authority and knowledge to clarify responses with Government representatives. 2. Name, title, telephone number, and e-mail addresses of individuals who can verify the demonstrated capabilities identified in the responses. 3. Business size for NAICS 541519 ($25.5M ) and status, if qualified as an 8(a) firm (must be certified by SBA), Small Disadvantaged Business (must be certified by SBA), Woman-Owned Small Business, HUBZone firm (must be certified by SBA), and/or Service-Disabled Veteran-Owned Small Business (must be listed in the VetBiz Vendor Information Pages). Please submit copies of any documentation such as letters or certificates to indicate the firm's status. 4. DUNS number, CAGE Code, and company structure (Corporation, LLC, partnership, joint venture, etc.). Companies also must be registered in the Central Contractor Registry (CCR, at www.ccr.gov) to be considered as potential sources. 5. Identification of the firm's GSA Schedule contract(s) by contract number schedule number and SINs that are applicable to this potential requirement are also requested. 6. If the company has a Government approved accounting system, please identify the agency and point of contact that approved the system. Teaming arrangements are acceptable, and the information required above on the company responding to this announcement, should also be provided for each entity expected to be teammates of the respondent for performance of this work. To the maximum extent possible, please submit non-proprietary information. Any proprietary information submitted should be identified as such and will be properly protected from disclosure. This notice is for planning purposes only, and does not constitute an Invitation for Bid, Request for Proposal, Solicitation, Request for Quote, or an indication that the Government will contract for the items contained in this announcement. This request is not to be construed as a commitment on the part of the Government to award a contract, nor does the Government intend to pay for any information submitted as a result of this request. The Government will not reimburse respondents for any cost associated with submission of the information being requested or reimburse expenses incurred to interested parties for responses to this announcement. Responses to this notice must be received by the Contracting Officer named below not later than 4:30 PM Eastern Standard Time (1630 hours) on Monday, 19 November, 2012 for consideration. Questions may be submitted to Ms. Jessica Mullins, Contracting Officer, at jessica.c.mullins.civ@mail.mil. Responses to this announcement will not be returned, and there will not be any ensuing discussions or debriefings of any responses. However, information obtained as a result of this announcement may be reflected in the subsequent solicitation, and the Contracting Officer or NGIC Data Lifecycle Manager may contact one or more respondents for clarifications to enhance the Government's understanding. This announcement is Government market research, and may result in revisions in both its requirements and its acquisition strategy based on industry responses. Contracting Office Address: National Ground Intelligence Center ATTN: IANG-PEO-KO 2055 Boulders Road, Charlottesville, VA 22911-8318
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/INSCOM/DASC02/W911W5-DATALIF/listing.html)
 
Place of Performance
Address: 2055 Boulders Road, Charlottesville, Virginia, 22911, United States
Zip Code: 22911
 
Record
SN02916457-W 20121021/121019233849-7f88cea091cfe9b1e25e788ed8c0b477 (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.