SOURCES SOUGHT
D -- CASCOM IT Support Services - Support PWS
- Notice Date
- 8/2/2017
- Notice Type
- Sources Sought
- NAICS
- 541519
— Other Computer Related Services
- Contracting Office
- Department of the Army, Army Contracting Command, MICC, MICC - Fort Eustis (Joint Base Langley-Eustis), Building 705, Washington Blvd, Fort Eustis, Virginia, 23604-5538, United States
- ZIP Code
- 23604-5538
- Solicitation Number
- W911S0_CASCOM_IT_SERVICES
- Archive Date
- 9/9/2017
- Point of Contact
- Jerry W. Clark-Juneau, Phone: 757-501-8129, Shaina S. McKeel, Phone: 7575018120
- E-Mail Address
-
jerry.w.clark-juneau.civ@mail.mil, shaina.s.mckeel.civ@mail.mil
(jerry.w.clark-juneau.civ@mail.mil, shaina.s.mckeel.civ@mail.mil)
- Small Business Set-Aside
- N/A
- Description
- Support PWS SOURCES SOUGHT SYNOPSIS THIS IS A Sources Sought Notice ONLY. The U.S. Government desires to procure the U.S. Army Combined Arms Support Command (CASCOM) Information Technology (IT) Support and Digital Trainers Support Services on a small business set-aside basis, provided 2 or more qualified small businesses respond to this sources sought synopsis with information sufficient to support a set-aside. We encourage all small businesses, in all socioeconomic categories (including, 8(a) Business Development Program, Small Disadvantage Business, Historically Underutilized Business Zone, Service-Disabled Veteran-Owned, Women-Owned Small Business concerns), to identify their capabilities in meeting the requirement at a fair market price. This notice is issued solely for information and planning purposes - it does not constitute a Request for Quote (RFQ)/Invitation for Bid (IFB)/Request for Proposal (RFP) or a promise to issue an RFQ, IFB or RFP in the future. This notice does not commit the U.S. Government to contract for any supply or service. Further, the U.S. Government is not seeking quotes, bids or proposals at this time and will not accept unsolicited proposals in response to this sources sought notice. The U.S. Government will not pay for any information or administrative costs incurred in response to this notice. Submittals will not be returned to the responder. Not responding to this notice does not preclude participation in any future RFQ or IFB or RFP, if any is issued. If a solicitation is released, it will be synopsized on the Government-wide Point of Entry. It is the responsibility of potential offerors to monitor the Government-wide Point of Entry for additional information pertaining to this requirement. The anticipated NAICS code(s) is 541519, Other Computer Related Services with a Size Standard of $27.5 Million is being considered. The CASCOM G-6 mission is to provide information technology support to CASCOM and its subordinate organizations, which include but are not limited to the Army Logistics University (ALU), Ordnance (OD), Quartermaster (QM), and Transportation Corps (TC). The G-6 mission is very broad and includes computer and IT support for Department of the Army (DA) civilians, Contractors, and permanent party military personnel. The Contractor shall provide Non-secured Internet Protocol (IP) Router Network (NIPRNET), Secret Internet Protocol Router Network (SIPRNET), Digital Trainers (i.e. Logistic Information Systems (LIS), BEMT, STRYKER, ICODES, etc.), Mission Command system training support, conventional classroom, Classroom XXI, faculty/staff, and web product support. A continuing need is anticipated for the CASCOM G-6 in executing its IT mission by providing support for the LIS-Army, which is migrating to Global Combat Support System - Army (GCSS-A), Mission Command system training, classrooms, IT systems, student IT systems, Audio Visual (AV) support, web design, and faculty and staff IT equipment. This requires is currently being fulfilled through current contract # W91QF5-17-F-0005. Attached is a DRAFT Performance Work Statement (PWS). In response to this sources sought, please provide: 1. Name of the firm, point of contact, phone number, email address, DUNS number, CAGE code, a statement regarding small business status (including small business type(s)/certifications(s) such as SDB, 8(a), HUBZone, SDVOSB, WOSB, etc.) and the corresponding NAICS code. 2. Identify whether your firm is interested in competing for this requirement as a prime contractor or not. Identify subcontracting, joint ventures or teaming arrangement that will be pursued, if any. 3. Information in sufficient detail regarding previous experience (indicate whether as a prime contractor or subcontractor) on similar requirements (include size, scope, complexity, timeframe, government or commercial), pertinent certifications, etc., that will facilitate making a capability determination. 4. Information to help determine if the requirement is commercially available, including pricing information, basis for the pricing information (e.g., market pricing, catalog pricing), delivery schedules, customary terms and conditions, warranties, etc. 5. Identify how the Army can best structure these contract requirements to facilitate competition by and among small business concerns. 6. Recommendations to improve the approach/specifications/draft PWS/PRS to acquiring the identified items/services shall be on a separate document. 7. Identify any condition or action that may be having the effect of unnecessarily restricting competition with respect to this acquisition. Please contact the MICC Advocate for Competition, Scott Kukes, at scott.d.kukes.civ@mail.mil or 210-466-3015, if you believe that this action is unreasonably restricting competition. Include the subject of the acquisition, this announcement, and the MICC POC information from the FedBizOpps notice. Provide the specific aspects that unreasonably restrict competition and the rationale for such conclusion. Responses are due no later than 1300 EST, Friday, 25 August 2017, and shall be electronically submitted to Contract Specialist, Jerry W. Clark-Juneau at jerry.w.clark-juneau.civ@mail.mil or Contracting Officer, Shaina S. McKeel at shaina.s.mckeel.civ@mail.mil All responses will be used in determining the appropriate acquisition strategy for a potential future acquisition. Response is strictly voluntary; no reimbursement will be made for any costs associated with providing information in response to this synopsis or any follow-up information requests.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/c31fe675de91a0a3601026f5d2cdc86f)
- Place of Performance
- Address: Fort Lee, Fort Lee, Virginia, 23801-1606, United States
- Zip Code: 23801-1606
- Zip Code: 23801-1606
- Record
- SN04610055-W 20170804/170802233405-c31fe675de91a0a3601026f5d2cdc86f (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 |