SOURCES SOUGHT
D -- Sustainment Tactical Network (STN) Integrated Network Operations Center (INOC)
- Notice Date
- 10/23/2020 5:38:35 AM
- Notice Type
- Sources Sought
- NAICS
- 541512
— Computer Systems Design Services
- Contracting Office
- W4MM USA JOINT MUNITIONS CMD ROCK ISLAND IL 61299-5000 USA
- ZIP Code
- 61299-5000
- Solicitation Number
- W52P1J21INOC1
- Response Due
- 11/17/2020 7:00:00 AM
- Archive Date
- 12/02/2020
- Point of Contact
- John G. Fotos, Phone: 3097820939, Michael Lansing, Phone: 3097827239
- E-Mail Address
-
john.g.fotos.civ@mail.mil, michael.l.lansing2.civ@mail.mil
(john.g.fotos.civ@mail.mil, michael.l.lansing2.civ@mail.mil)
- Description
- The United States Army Contracting Command at Rock Island (ACC-RI) is seeking industry feedback regarding a potential solicitation.� This Request for Information (RFI)/ Sources Sought notice is being published for market research purposes only, to identify potential sources capable of supporting operations to maintain the operational capability of a world-wide network providing soldiers access to various Enterprise Information Systems.�� This requirement is a follow-on effort to an existing contract, which ends on 11 March 2022. A Draft General (High level) Performance Work Statement (PWS) is attached. TECHNICAL REQUIREMENTS � The Draft PWS provides a top level identification of requirements. As a reminder, these are drafts and estimates which are subject to be changed. The North American Industry Classification System (NAICS) code for this requirement is yet to be determined. RFIs will be posted under multiple NAICS codes. Note: Prospective Offerors are to only respond to a single RFI. Please do not respond to RFIs under each NAICS code. The government reserves the right to consider a small business set-aside based upon responses hereto for any subsequent action. All prospective contractors must be registered in the System for Award Management (SAM) database to be awarded a DoD contract. No set-aside decision has been made. Note that a key factor in determining an acquisition to be a Small Business Set Aside is that small business prime contractors must perform at least 50% of the effort, as defined in Federal Acquisition Regulation (FAR) clause 52.219-14. There are five basic functions being provided to DoD in support of this RFI (details are in the PWS).� Places of Performance are as follows: Network Operations of Sustainment Tactical Network (STN):� Rock Island, IL Help Desk: �Rock Island IL Technical Assistance:� Currently Afghanistan; however, may be expanded/contracted based on Army mission. Security/Cyber Security: Rock Island, IL Additional customers (access to network): Rock Island, IL The anticipated Period of Performance is one base year and four option years. Any information submitted by respondents to this sources sought synopsis is voluntary. This sources sought notice is not to be construed as a commitment by the Government, nor will the Government reimburse any costs associated with the submission of information in response to this notice. Respondents will not be individually notified of the results of any Government assessments. The Government's assessment of the capability statements received will factor into whether any forthcoming solicitation will be conducted as a full and open competition, sole source, set-aside for small businesses, or any particular small business program. Complete instructions are contained in the attachment entitled ""Integrated Network Operations Center - Request For Information - Sources Sought""
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/12f14c9b34444285ad1174ad856f322c/view)
- Place of Performance
- Address: Rock Island, IL 61299, USA
- Zip Code: 61299
- Country: USA
- Zip Code: 61299
- Record
- SN05837274-F 20201025/201023230149 (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 |