Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 21, 2002 FBO #0293
SOURCES SOUGHT

D -- A76 Study to Provide Information Management Services at the United States Military Academy, West Point, NY This is a combination sources sought and request for industry comment announcement.

Notice Date
9/19/2002
 
Notice Type
Sources Sought
 
Contracting Office
United States Military Academy, Directorate of Contracting, 681 Hardee Place, West Point, NY 10996-1514
 
ZIP Code
10996-1514
 
Solicitation Number
DAAG60-02-DOIM-USMA
 
Point of Contact
Nancy Sloanhoffer, 8459385113
 
E-Mail Address
Email your questions to United States Military Academy, Directorate of Contracting
(yn8246@usma.edu)
 
Small Business Set-Aside
N/A
 
Description
NA COMPANIES THAT PROVIDED PRIOR RESPONSES TO THE SOURCES SOUGHT ANNOUNCEMENT THAT CLOSED ON JULY 12, 2002; MUST RESPOND AND SUBMIT TO BE CONSIDERED FOR EVALUATION. THIS IS A SECOND SOURCES SOUGHT ANNOUNCEMENT AND A COMBINATION SOURCES SOUGHT AND REQUEST FOR INDUSTRY COMMENT. -- Solicitations are not available at this time. Request for a solicitation will not receive a response. In accordance with FAR 15.202, Advisory multi-step process, this presolicitation notice is in support of a market survey being conducted by the United States Military Academy to determine potential business sources capable of providing information management services for the United States Milit ary Academy (USMA) located at West Point, NY. A cost comparison conducted in accordance with OMB Circular A-76 will be performed to determine the most efficient method of operation. An A-76 cost comparison study is being conducted of Information Managemen t Services at the United States Military Academy, West Point, NY in accordance with the OMB Circular A-76, Performance of Commercial Activities. The Installation has approximately 161 spaces under review and it is undetermined at this time how many spaces will be Government in Nature. The Contracting Office at USMA anticipates the contract type will be a firm fixed price plus award fee, that will be awarded on an All or None basis. Contract term will consist of a phase-in period, a base year plus four optio n years. The Standard Industrial Classification (SIC) Code is 7376, the North American Industry Classification (NAICS) is 541513 (small business size standard $21.0 million). For size standard information regarding joint ventures and teaming see FAR 19.101 (7)(i)(B)(1). Based on the results of the cost comparison the Government may elect to award a contract or to retain the functions in-house. This requirement will cover a range of requirements to provide resources and management necessary for complete staf f support and services to customers, while focusing on quality practices. Review the draft documents which includes the Performance Work Statement and related Technical Exhibits to determine your capability to provide these services as a prime contractor a nd to provide your comments on the requirements. Briefly the DOIM study services include the following areas, which may be subject to change depending upon mission requirements: The functions under study include: Official Mail and Distribution Services; P ublications and Forms Services; Records Management Services; Electronic Maintenance Services; Telecommunications Services; Systems Software Support Services; Computer Information Center Training Services; Provide Network Installation, Operations, and Maint enance Services; Provide Computer Operations Support Services; Photographic, Graphic Art, Visual Information and Production Services; Device, Exhibit, and Engraving Services; Security and Information Assurance Services; Supply and Equipment Acquisition, Tr ansporting, and Storage Services. This requirement will cover a range of requirements to provide resources, labor and management necessary for complete staff support and services to customers, while focusing on quality practices for the operation and mana gement of the functions in the draft Performance Work Statement. Potential sources are being sought to determine if there are any commercial sources interested and capable of performing the work as a prime contractor for this requirement and in competing against the government for this requirement, and to identify those sources. Potential sources are to email their interest to include their capabilities no later than October 06, 2002 to point of contact listed below. Information received will be used in the determination of the extent of competition applicable to the s tudy. The acquisition strategy for this study has not yet been determined. All information submitted in response to this announcement is voluntary and does not constitute a Request for Proposal. The Government does not intend to award a contract based solely on the submission to this request nor does it intend to pay for any costs incurred as a result of this announcement. The DOC will begin accepting responses immediately through O ctober 06, 2002. Responses will not be accepted after October 06, 2002. The respondent must identify expertise in the seventeen functions by submission of a capability statement. The respondent shall include documentation regarding their relevant capability and experience as it directly relates to the seventeen major function s addressed in the draft PWS being procured under this study. The respondent SHALL NOT go back any farther than 36 months for the submitted data. To illustrate the respondent?s capability and experience, the following documentation shall be submitted to the location identified below. The respondent shall provide documentation outlining the respondent?s capability and experience with contracts, as a prime or major subcontractor, which is the same or similar in nature, size, and complexity, preferably DOIM related operations. If the res pondent has subcontractors, teaming partners or is a joint venture that will be performing these functions, it must be so identified and those capabilities submitted with this package. The submittal shall include rationale on how it was determined that th e work performed previously was the same or similar in nature, size, and complexity to the work specified by this study. Non-Government contracts may be used if Government contracts are not available. The documentation shall be submitted in the following format: -Contract Number, Award Date and Contract type. -Price/Cost - original awarded AND final (or projected final, if contract is current). -Delivery Schedule - original AND final (or projected final, if the contract is current). -Address and telephone number for the Government (or commercial) procuring contracting activity AND contract administrative activity (if applicable). -Name, telephone number, fax number and e-mail address for the following: Procuring Contracting Officer (PCO) Administrative Contracting Officer (ACO) -Identify in specific detail for each contract listed, why or how you consider that effort relevant or similar to the effort required by this study. In determining relevancy, consideration should be given but not limited to such things as product/service similarity, product/service, size and complexity, contract type, contract environment, division of company proposing, and subcontractor interaction. Respondent shall provide an outline of how the effort required by the study will be assigned for performance within the contractor's corporate entity and among proposed subcontractors, teaming partners and joint ventures. Information required in the above paragraphs shall be provided for each proposed subcontractor, teaming partner and joint venture, who will perform a significant portion of the effort. Significant is defined for these purposes in terms of estimated dollar amount of the subcontract (e.g., $500,000 or more) and/or in terms of criticality of the subcontracted work to the whole. With regard to prime contract assignments that will be performed by you and not a proposed subcontractor, you shall indicate: Respondent shall include in their proposal the written consent of these proposed significant subcontractors, teaming partners and joint ventures to allow the Government to discuss the subcontractor?s, teaming partners and joint venture capability and exper ience evaluation. Respondents are reminded that both independent data and data provided by respondents may be used by the Government to evaluate respondent capability and experience. Since the Government may not necessarily interview all of the sources provided by the resp ondent, it is incumbent upon the respondent to explain the relevance of the data provided. The burden of providing thorough and complete ca pability and experience information remains with the respondent. Interested respondents should provide the following information: (a) a one page corporate summary including your web site, whether or not the business is large, small or small-disadvantaged; (b) a one page corporate summary for each subcontactor, teaming p artner or joint venture, including their web site, whether or not the business is large, small, small-disadvantaged, or women-owned; and, (c) a 3-5 page summary relating capability and experience providing information management services to support our obj ectives as cited above (d) the number of A76 DOIMs that you have expressed interest in (i.e. responded to sources sought); the number of proposals submitted; the number of proposals deemed acceptable to include the name, address and telephone number for th e Government procuring contracting activity and the number of the proposals deemed unacceptable to include the name, address and telephone number for the Government procuring contracting activity. In addition to the sources sought this announcement is also a request for industry comment. The DOC will begin accepting industry comments immediately through October 13, 2002. All industry comments must be received no later than Sunday, October 13, 2002 . The draft documents are posted for industry comments at: http://www.usma.edu/doc/DOIMPWS/draftpws.htm Please review these documents and provide comments no later than Sunday, October 13, 2002 via email to Nancy Sloanhoffer at: Nancy.Sloanhoffer@usma.army.mil. Potential sources are to email their interest to include their capabilities and experience no later than Sunday, October 06, 2002 to: Nancy.Sloanhoffer@usma.army.mil. No paper package is or will be made available. The draft documents are posted for industry comments at: http://www.usma.edu/doc/DOIMPWS/draftpws.htm
 
Place of Performance
Address: United States Military Academy, Directorate of Contracting 681 Hardee Place, West Point NY
Zip Code: 10996-1514
Country: US
 
Record
SN00171328-W 20020921/020919213653 (fbodaily.com)
 
Source
FedBizOpps.gov 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  © 1994-2020, Loren Data Corp.