Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 18, 2018 FBO #5990
SOURCES SOUGHT

D -- Consolidated Manpower for Information Technology Services - DRAFT PWS

Notice Date
4/16/2018
 
Notice Type
Sources Sought
 
NAICS
541513 — Computer Facilities Management Services
 
Contracting Office
Department of the Army, Army Contracting Command, ACC - APG (W91ZLK) TENANT CONTRACTING DIV, 6565 Surveillance Loop, Building 6001, Aberdeen Proving Ground, Maryland, 21005-1846, United States
 
ZIP Code
21005-1846
 
Solicitation Number
W91ZLK18R0013
 
Archive Date
5/22/2018
 
Point of Contact
Susan L. Sowa, Phone: 4438614738
 
E-Mail Address
susan.l.sowa.civ@mail.mil
(susan.l.sowa.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
Sources Sought Notice W91ZLK-18-R-0013 DRAFT PWS SOURCES SOUGHT NOTICE W91ZLK-18-R-0013 INTRODUCTION: The Army Contracting Command-Aberdeen Proving Ground (ACC-APG) Tenant Division, located at Aberdeen Proving Ground, Maryland is issuing this sources sought synopsis as a means of conducting market research to identify parties having an interest in and the resources to support the requirement for on-site Information Technology (IT) Support Services, for the U.S. Army Communication Electronics Command (CECOM), Command, Control, Communication, Computer, Intelligence, Surveillance & Reconnaissance (C4ISR), and Aberdeen Proving Ground (APG) tenants. The intention is to procure these services on a competitive basis. This is a sources sought synopsis only. The purpose of this synopsis is to gain knowledge of potential qualified sources and their size classification relative to NAICS code 541513 (Computer Facilities Management Services). Responses to this synopsis will be used by the Government to make appropriate acquisition decisions. After review of the responses to this sources sought synopsis, a RFP may be issued. A determination by the Government not to compete this proposed effort on a full and open competition basis, based upon responses to this notice, is solely within the discretion of the government. Response to this notice is strictly voluntary and will not affect any corporation's ability to submit an offer if and when a solicitation is released. There is no bid package or solicitation document associated with this announcement. PLACE OF PERFORMANCE: For specific places of performance reference the attached Draft Performance Work Statement (PWS) Paragraphs Background 1.1, Appendix E and Appendix F. 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 PROPOSAL RFP, 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 INFORMMATION PERTAINING TO THIS REQUIREMENT." PROGRAM BACKGROUND: The U.S. Army Communication Electronics Command (CECOM), Command, Control, Communication, Computer, Intelligence, Surveillance & Reconnaissance (C4ISR), and Aberdeen Proving Ground (APG), MD tenants are comprised of independent and interdependent organizations that are collectively responsible for the life cycle of NIPRnet and SIPRnet systems. The below information and the attached DRAFT PWS, are the U.S. Army CECOM, C4ISR, and APG tenants' functional area requirements: 1) Enhanced Automated Data Processing (ADP) - Command, Control, Communication, Computers and Information Management (C4IM) enhanced or above baseline service delivery and support for automation, communications systems & systems support, and information assurance services (e.g. VTC operators, desktop technician, system administration services, and SharePoint development capabilities). 2) 5Bars Service, Support and Wireless Non-Secure Internet Protocol Router Network (NIPR) Connectivity - In- building cellular service enhancement, cellular repeater system maintenance and technical support, and set up/maintenance of a Wireless Non-Secure Router Network. 3) ADP Equipment (ADPE) Maintenance & Repair - Hardware maintenance, repair services, parts replacement and support services for out-of-warranty Government-owned ADP equipment and peripherals. 4) IT Relocation and Support Services - Support services for physical relocation and provisioning, operational fit-up and reconstitution, and decommission and disposal of IT. REQUIRED CAPABILITIES: The Contractor shall provide on-site IT 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). 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. 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. 4) Provide services under a performance based service acquisition contract. SPECIAL REQUIREMENTS: Personnel and Facility Security Clearances: A DD Form 254 Contract Security Classification Specification shall apply to this requirement and the prime contractor shall have or demonstrate the ability to obtain a SECRET Facility Clearance, to begin work. Certifications: The prime contractor shall be certified for ISO 9001:2015 and shall be appraised at CMMI Maturity Level 3 in either Development or Services at start of performance. The contractor shall maintain these required qualifications for the life of the performance. ELIGIBILITY: The applicable NAICS code for this requirement is 541513 Computer Facilities Management Services with a Small Business Size Standard of $27,500,000.00. The Product Service Code is D318. Business of all sizes are encouraged to respond; however, each respondent must clearly identify their business size in their capabilities statement. Small Businesses, specifically those with active 8a certification, which can provide on-site Information Technology (IT) Support Services, are encouraged to respond; each respondent must clearly identify their business size in their capabilities statement. Please identify your company's Small Business Administration 8(a) Size and expiration date from the SBA program. ADDITIONAL INFORMATION AND SUBMISSION DETAILS (CAPABILITIES STATEMENT) A draft Performance Work Statement (PWS) is attached for review. (Attachment). 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, Eastern Time, 7 May 2018. All responses under this Sources Sought Notice must be e-mailed to Ms. Susan Sowa, Contracting Officer at susan.l.sowa.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 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, 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. 9.) Please provide company website address, which provides any additional company information. 10). Please provide the capabilities and experience of your company as a prime contractor to meet the four functional areas' requirements documented in the draft PWS. In particular, describe experience and working knowledge in the following systems, services, and technologies: • SharePoint 2013/2016 site administration and development experience. • Army Gold Master (AGM) desktop system administration and hands on technical support System administration of centrally hosted Oracle and SQL/.NET applications • Video teleconference (VTC) system operations using technologies such as Cisco-TANDBERG. • Design, installation, testing and sustainment of wireless communication systems including distributed antenna systems, wireless LAN • Break-fix technical support of varied make and model ADP equipment • IT relocation project experience including reconstitution and fit-up 11) Identify any anticipated level of subcontracting or teaming arrangements and your subcontractor's or teaming partner's capability to meet the requirements identified in this Sources Sought Notice. a. What percentage of this requirement do you plan to perform? 12. Is your company currently providing similar services to the Department of Defense (DoD), another government agency, or other non-government customer? If so, please identify the agency or non-government customer. 13. Has your company performed this type of effort or similar type of effort (to include size and complexity) in the past? If so provide the Contract Number, Point of Contact (POC), e-mail address, phone number and a brief description of your direct support of the effort. 14. Identify the highest facilities security level your company current holds. 15. Describe your familiarity and experience with reporting procedures of deliverables, including Progress, Status and Management Reports, Performance Reports, Cost Reports and Technical Reports? If so, what was the average dollar value of those contracts? 16. Describe any experience with Government procedures for processes such as material purchases and Government Furnished Equipment (GFE) tracking. 17. Please describe your company's capabilities for providing 6000 square feet of climate controlled storage facilities for storing, safeguarding, and handling of physical property items or information technology assets such as laptops, desktop computers, monitors, printers, accessories and toner. 18. Please describe your company's capabilities for tracking property, transferring outbound/inbound property, stock control, inventory control procedures. 19. Please describe your company's capabilities for receiving and delivering property items or information technology assets such as laptops, desktop computers, monitors, printers, accessories and toner. The estimated period of performance consists of a Base plus 3 Options, with performance commencing in December 2018. Specifics regarding the number of option periods will be provided in the solicitation. The contract type is anticipated to be Firm Fixed Price/Time and Materials. The proposed contract is anticipated to 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 Contracting Officer Susan Sowa, in either Microsoft Word or Portable Document Format (PDF), via email susan.l.sowa.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 Contracting Officer 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.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/45680f656b671582af6f3c1be41b9c85)
 
Record
SN04890513-W 20180418/180416230750-45680f656b671582af6f3c1be41b9c85 (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.