Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 24, 2015 FBO #5144
SOURCES SOUGHT

D -- INSPECTOR GENERAL (IGNET) TECHNICAL SUPPORT SERVICES

Notice Date
12/22/2015
 
Notice Type
Sources Sought
 
NAICS
541512 — Computer Systems Design Services
 
Contracting Office
Department of the Army, Army Contracting Command, ACC - New Jersey, BUILDING 10 PHIPPS RD, PICATINNY ARSENAL, New Jersey, 07806-5000, United States
 
ZIP Code
07806-5000
 
Solicitation Number
W15QKN-16-X-02VK
 
Archive Date
1/21/2016
 
Point of Contact
Maria Robertson, Phone: 9737246553, Heather A. Gandy, Phone: 9737243638
 
E-Mail Address
maria.k.robertson.civ@mail.mil, heather.a.gandy.civ@mail.mil
(maria.k.robertson.civ@mail.mil, heather.a.gandy.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
SOURCES SOUGHT TECHNICAL DESCRIPTION FOR THE INSPECTOR GENERAL (IGNET) TECHNICAL SUPPORT SERVICES INTRODUCTION U.S. Army Contracting Command - New Jersey (ACC-NJ), on behalf of the U.S. Army Inspector General Agency (USAIGA), Information Resources Management Division, is issuing this sources sought synopsis as a means of conducting a Markey Research Survey to identify potential sources having an interest in and resources to support the USAIGA Inspector General IGNET Technical Support Services requirement. The intention is to procure these services on a competitive basis. BASED ON THE RESPONSES TO THIS SOURCES SOUGHT NOTICE/MARKET RESEARCH, THIS REQUIREMENT MAY BE SET-ASIDE FOR SMALL BUSINESSES (IN FULL OR IN PART) OR PROCURED THROUGH FULL AND OPEN COMPETITION and multiple awards MAY be made. All Small Business Set-Aside categories will be considered. Telephone inquiries will not be accepted or acknowledged, and no feedback or evaluations will be provided to companies regarding their submissions. PLACE OF PERFORMANCE Location: Washington, D.C. Percentage On-Site Government: 100% Percentage Off-Site Contractor: 0% DISCLAIMER "THIS SOURCES SOUGHT IS FOR INFORMATIONAL PURPOSES ONLY. THIS IS NOT A "REQUEST FOR PROPOSAL (RFP)" TO BE SUBMITTED. 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. RESPONSES WILL NOT BE RETURNED TO THE RESPONDER. NOT RESPONDING TO THIS NOTICE DOES NOT PRECLUDE PARTICIPATION IN ANY FUTURE REQUEST FOR QUOTE (RFQ) OR INVITATION FOR BID (IFB) OR RFP, IF ANY IS ISSUED. IF A SOLICITATION IS RELEASED, IT WILL BE SYNOPSIZED ON THE GOVERNMENT-WIDE POINT OF ENTRY (GPE). IT IS THE RESPONSIBILITY OF POTENTIAL OFFERORS TO MONITOR THE GPE FOR ADDITIONAL INFORMATION PERTAINING TO THIS REQUIREMENT." NO AWARD WILL BE MADE AS A RESULT OF THIS SOURCES SOUGHT NOTICE. ALL INFORMATION IS TO BE SUBMITTED AT NO COST OR OBLIGATION TO THE GOVERNMENT. THE GOVERNMENT RESERVES THE RIGHT TO REJECT, IN WHOLE OR IN PART, ANY PRIVATE SECTOR INPUT AS A RESULT OF THIS SOURCES SOUGHT NOTICE. THE GOVERNMENT IS NOT OBLIGATED TO NOTIFY RESPONDENTS OF THE RESULTS OF THIS SOURCES SOUGHT NOTICE. PROGRAM BACKGROUND The U.S. Army Inspector General Agency IGNET Technical Support Services is designated as the information technology support to all Army Inspectors General worldwide. In accordance with these assignments, the U.S. Army Inspector General Agency provides the following: Inspector General Network (IGNET) support services to include help desk, user support, application development support, trouble resolution, remedial maintenance, diagnostic testing, and component replacement to restore or maintain IGNET operations in support of all local components and field sites. REQUIRED CAPABILITIES The Contractor shall provide Local Area Network/Wide Area Network (LAN/WAN) administration and support, software development support, and helpdesk technical support services in support of the areas specified above in the Program Background. This requirement includes Local Area Network/Wide Area Network (LAN/WAN) support, software development support and helpdesk technical support services. The support services include help desk support, user support, application development support, trouble resolution, remedial maintenance, diagnostic testing, and component replacement to restore or maintain IGNET operations in support of all Army Inspector General local components and field sites. It will require planning and execution, in coordination with Army Inspector General (IG) personnel and U.S. Army Network Enterprise Technology Command (NETCOM) personnel, and IGNET Forest Migration into the approved Army Global Network Enterprise (GNE) and/or cloud environment. If your organization has the potential capacity to perform these contract services, please provide the following information: 1) organization name, address, email address, web site address, telephone number, and size and type of ownership for the organization; and 2) tailored capability statements addressing the particulars of this effort, with appropriate documentation supporting claims of organizational and staff capability. If significant subcontracting or teaming is anticipated in order to deliver technical capability, organizations should address the administrative and management structure of such arrangements. The Government will evaluate market information to ascertain potential market capacity to: 1) provide services consistent, in scope and scale, with those described in this notice and otherwise anticipated; 2) secure and apply the full range of corporate financial, human capital, and technical resources required to successfully perform similar requirements; 3) implement a successful project management plan that includes: compliance with tight program schedules; cost containment; meeting and tracking performance; hiring and retention of key personnel and risk mitigation; and 4) provide services under a performance based service acquisition contract. SPECIAL REQUIREMENTS: Personnel and Facility Security Clearances are required. Personnel may possess either a final clearance or an interim clearance until the final clearance is granted. A DD Form 254 Contract Security Classification Specification shall apply to this requirement and the prime contractor shall have or demonstrate ability to obtain a Secret Facility Clearance. Berry Amendment IT (e.g. Clinger-Cohen Act) Service Contract Act Government Furnished Property plan. ELIGIBILITY The applicable NAICS code for this requirement is 541512 with a Small Business Size Standard of $27.5M. The Product Service Code is D316. 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 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. The deadline for response to this request is no later than 2 pm, EST, January 06, 2016. All responses under this Sources Sought Notice must be e-mailed to: heather.a.gandy.civ@mail.mil and maria.k.robertson.civ@mail.mil. 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 a task 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 50% of the work themselves in terms of the cost of performance. Provide an explanation of your company's ability to perform at least 50% of the tasking above for a base period as well as any 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, HUBZone, 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. E-mail submittals must be restricted to a maximum file size of 15MB and should be in MSWord or PDF format. Do not send large files compressed using Winzip as files with this extension will be automatically blocked by the Government's mail server. The estimated period of performance consists of a base year and four option years with performance commencing in April 2016. The contract type is anticipated to be fixed priced price. Your response to this Sources Sought, including any capabilities statement, shall be electronically submitted to the Contract Specialist, Maria Robertson and Contracting Officer Heather Gandy, in either Microsoft Word or Portable Document Format (PDF), via email to heather.a.gandy.civ@mail.mil and maria.k.robertson.civ@mail.mil. 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 to the email addresses identified 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 this Sources Sought Notice.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/7a8a0fc171d223687644c1c33c4b29a7)
 
Place of Performance
Address: Washington, D.C., Washington, District of Columbia, United States
 
Record
SN03976815-W 20151224/151222235110-7a8a0fc171d223687644c1c33c4b29a7 (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.