Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF OCTOBER 04, 2017 FBO #5794
SOURCES SOUGHT

D -- Mobile Digital Training Facilites - DRAFT PWS

Notice Date
10/2/2017
 
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
W911S0-18-S-MDTF
 
Archive Date
10/28/2017
 
Point of Contact
Cynthia L. Watson, Phone: 7575018197
 
E-Mail Address
cynthia.l.watson24.civ@mail.mil
(cynthia.l.watson24.civ@mail.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Mobile Digital Training Facilities Draft Performance Work Statement Sources Sought for Mobile Digital Training Facility INTRODUCTION The Mission and Installation Contracting Command-Fort Eustis (MICC-EU) is issuing this sources sought synopsis for a means of conducting market research to identify small businesses having an interest in and the resources to support the requirement for Mobile Digital Training Facility (MDTF) services for the Product Lead (PL), Distributed Learning System (DLS). The intention is to procure these services on a competitive basis. Based on the responses to this source 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 100% Off-Site Contractor Distributed Learning System 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. Response 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 Proposal (RFP) or invitation for bid (IFB), if any 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." PROGRAM BACKGROUND/CAPABILITIES The DLS is an information technology infrastructure that provides access to training for the Active Army, the U.S. Army Reserves, the Army National Guard, and Department of Army Civilians at no cost to the individual or unit. The MDTF is a portable Distributed Learning (DL) training capability for USAR units similar to the current fixed Digital Training Facilities (DTF), but has a smaller footprint, operates without a dedicated DTF Manager, and is transportable. The MDTF supports professional military education; mandatory or command-directed training through access to DL products (e.g. SHARP); constructive simulations based training, and Video Tele-Training (VTT) capability. The MDTF is a set of 10 Personal Computers and VTT equipment that can be moved from USAR Center to USAR Center in ruggedized cases to meet training needs. The MDTF is WIFI enabled and uses the Army Reserve Network (ARNET) for area network services. All MDTF hardware and software will be Government provided. This procurement acquires MDTF support services including: preparing Government purchase orders for MDTF equipment, receiving equipment, assembling/testing MDTF Suites, and shipping MDTF suites to Army Reserve Units. Currently there are 38 MDTF systems deployed and the Contractor will deploy an additional 19 systems annually during the base period, 1st option year, and 2nd option year. The Contractor will provide Tier II help desk and hardware sustainment support for all deployed MDTFs. 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. ELIGIBILITY The applicable NAICS code for this requirement is 541519, Other Computer Related Services with a small business size standard of $27.5 million dollars. 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 is attached for preview. 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 11 pitch. The deadline for response to this request is no later than 2PM, EST, 13 October, 2017 all responses under this Sources Sought Notice must be e-mailed to Cynthia Watson, Contracting Officer at cynthia.l.watson24.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 described in this PBSOW 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, 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. The estimated period of performance consists of a base plus 4 single -year options, with the performance commencing in Fiscal Year 2018. Specifics regarding the number of option periods will be provided in the solicitation. The contract type is anticipated to be Firm Fixed Price. The proposed contract is anticipated to include tasking that would be accomplished by labor categories that are subject to the Service Contract Act or a collective bargaining agreement. 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 Officer, Cynthia Watson, cynthia.l.watson24.civ@mail.mil in either Microsoft Word or Portable Document Format (PDF), via email 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 Contract Offier 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. IF A SOLICITATION IS ISSUED IT WILL BE ANNOUNCED AT A LATER DATE, and all interested parties must respond to that solicitation announcement separately from the responses to this announcement. No reimbursement will be made for any costs associated with providing information in response to this announcement.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/c9ffb4950e9603cae6a36039ab6be071)
 
Place of Performance
Address: OCONUS/CONUS, United States
 
Record
SN04703070-W 20171004/171002231111-c9ffb4950e9603cae6a36039ab6be071 (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.