Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF NOVEMBER 11, 2018 FBO #6197
SOURCES SOUGHT

D -- Information Technology Relocation and Rigger Support Services

Notice Date
11/9/2018
 
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
PANAPG-19-P-0000002217
 
Archive Date
12/1/2018
 
Point of Contact
Christopher M. Neville, Phone: 4438614747
 
E-Mail Address
christopher.m.neville2.civ@mail.mil
(christopher.m.neville2.civ@mail.mil)
 
Small Business Set-Aside
Competitive 8(a)
 
Description
INTRODUCTION The Army Contracting Command, Aberdeen Proving Ground, MD 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 Information Technology Relocation and Rigger Support Services. 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 DIRECT AWARD TO AN 8(a) FIRM OR PROCURED THROUGH AN 8(a) COMPETITIVE ACTION, and multiple awards MAY be made. Only 8(a) firms 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 % On-Site Government % Off-Site Contractor Aberdeen Proving Ground, Maryland 100% 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. RESPPONSES 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 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 CECOM Team C4ISR objective is to establish a contract that provides on-site professional support services: Information Technology Relocation and Rigger Support Services for CECOM, APG, MD CECOM printer management objectives require collection and disposal or excess of existing CECOM standalone printer assets, and right-lining of network printing capabilities by replacement of existing network printers (reference Appendix B) with a minimum of 5 new multi-function printers supporting secure print capabilities. CECOM Desktop Lifecycle Refresh objectives require provisioning an estimate of 835 HP tablets, and an estimate of over 1600 new laptop devices to CECOM APG end users. Objectives also include transfer of all formerly used desktop IT to the CECOM G6 to be repurposed, disposed or excessed. REQUIRED CAPABILITIES The Contractor shall provide and maintain; all management, supervision, labor, training, equipment, materials, tools, supplies, facilities, transportation, travel, licenses, permits, certificates, certifications, insurance, pre-employment screenings, reports, files and non-personal services necessary to perform the functions as defined in this Performance Work Statement (PWS) except for those items specified as Government Furnished Property (GFP). All solutions and services shall be performed in accordance with all Department of Defense (DoD) and Army policies, regulations, standards and procedures, in accordance with the contract. The contractor personnel will be required to have a SECRET clearance with no safeguarding. The contractor will require access to FOUO information. Performance of this contract will require the contractor to have access to classified information only at government facilities. 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 541513 with a Small Business Size Standard of $27.5 million. ADDITIONAL INFORMATION AND SUBMISSION DETAILS (CAPABILITIES STATEMENT) 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, 16 November 2018. All responses under this Sources Sought Notice must be e-mailed to christopher.m.neville2.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 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 Disadvantaged 8(a) Business Concern or not. 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 and three option years with performance commencing in February 2019. 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. Your response to this Sources Sought, including any capabilities statement, shall be electronically submitted to christopher.m.neville2.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 contract specialist 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/ed3f1cfe758df5db9f77748ae1a1847f)
 
Place of Performance
Address: APG, APG, Maryland, 21005, United States
Zip Code: 21005
 
Record
SN05148870-W 20181111/181109230510-ed3f1cfe758df5db9f77748ae1a1847f (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.