Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF OCTOBER 23, 2020 SAM #6903
SOLICITATION NOTICE

D -- Follow-on C4IM IT Service and Support

Notice Date
10/21/2020 4:20:41 PM
 
Notice Type
Solicitation
 
NAICS
541519 — Other Computer Related Services
 
Contracting Office
0413 AQ HQ CONTRACT FORT SHAFTER HI 96858-5025 USA
 
ZIP Code
96858-5025
 
Solicitation Number
W912CN-20-R-0003
 
Response Due
11/6/2020 12:00:00 PM
 
Archive Date
11/21/2020
 
Point of Contact
Edwina Katsube, Contract Specialist, Lisa Nakamoto, Contracting Officer
 
E-Mail Address
edwina.t.katsube.civ@mail.mil, lisa.k.nakamoto.civ@mail.mil
(edwina.t.katsube.civ@mail.mil, lisa.k.nakamoto.civ@mail.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
This is an amendment to the solicitation. ***AMENDMENT 0001 includes responses to questions, Q&As #1-67.� SEE ATTACHED Amendment 0001 and ALL documents for updated information.*** The 413th Contracting Support Brigade, Regional Contracting Office Hawaii (RCO-HI) is soliciting proposals for a single award contract consisting of firm-fixed price (FFP) contract line items.� The period of performance will consist of a 12-month base period (Performance commencement date of 29 March 2021) and four 12-month option periods to extend the term of the contract.� The objective of this procurement is to provide Command, Control, Communications, Computers and Information Management (C4IM) Service and Support to the 9th Mission Support Command (MSC). The C4IM service and support requirements include installing, operating, administering, and maintaining various network management and security monitoring systems. The C4IM service and support requirements also include maintenance of operating systems. C4IM network application systems installed must be maintained, monitored, and/or coordinated by the 9th MSC G6 on multiple networks to include PLWN, Korea LandWarNet (KLWN), Army Reserve Network (ARNET), and Retention/ Education/ Family (REF) Network. The 9th MSC G6 is responsible to extend ARNET, manage/administer PLWN, and coordinate KLWN for all USAR units including Active Component (AC) units in our formation located within the PTO and Korea Theater of Operations (KTO). The 9th MSC G6 is also responsible to provide TIER II support and manage/administer ARNET for all Multi-Compo and USAR units within the PTO and KTO. The Contractor shall perform necessary tasks which fall into these broad functional areas: Architecture, Multi-domain Network Interoperability, Engineering, Integration, Installation, Testing, Program/Project Management, C4IM systems, Web Development Service Support, Application Development Service Support, Cyber Security, COMSEC support, Telephone/VOIP, and Frequency/SATCOM Management. These broad areas do not represent sequential steps and may over-lap during execution.� The responsibility of this requirement consists of providing a combination of on-site and remote-site network service support 24 hours per day, seven days per week to all USAR facilities and service based locations to include Hawaii (Oahu, Hilo, and Maui), Alaska, Guam, Saipan, American Samoa, Korea, and Japan. This procurement will be a small business set-aside. At the time that an offeror submits its offer, it must represent to the Contracting Officer that it is a Total Small Business concern under the North American Industry Classification System (NAICS) 541519 Other Computer Related Services with the small business size standard of $30 million. No phone or fax requests for a copy of the solicitation will be accepted. Potential offerors will be responsible for downloading the solicitation and for monitoring the beta.SAM.gov website for any possible amendments and/or additional information.� Proposal submissions will be due no later than the due date and time indicated in this notice or as may be amended. The Government intends to award a single firm fixed price contract resulting from this solicitation to the responsible offeror whose proposal is the best value proposal that conforms to the requirements set forth in the solicitation and meets the technical requirements indicated in the Performance Work Statement (PWS). � SEE ATTACHED SOLICITATION. At the time an offer submits its offer the offeror must be registered within the SAM database in order to receive an award for this procurement. The website for SAM https://beta.SAM.gov� Any questions regarding this solicitation must be submitted in writing via email by 16 OCT 2020, 10:00 AM HST to edwina.t.katsube.civ@mail.mil to ensure Government has ample response time and still allow timely submittals of proposals.� Reference the solicitation number W912CN-20-R-0003 in the subject block. � A summary of questions received and Government responses will be provided via amendment and posted at Beta.SAM.gov (https://beta.sam.gov). Offerors are responsible to monitor the website until closing for any issued amendments. Questions received after the specified date and time may not be considered or answered.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/45e38f42920346f48361e9f5afd9c169/view)
 
Record
SN05834325-F 20201023/201021230137 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.