Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 02, 2006 FBO #1529
SOURCES SOUGHT

D -- INTEGRATION, OPERATION AND MAINTENANCE FOR COMPUTER RELATED SERVICES

Notice Date
1/31/2006
 
Notice Type
Sources Sought
 
NAICS
541519 — Other Computer Related Services
 
Contracting Office
ACA, Aberdeen Proving Ground, Directorate of Contracting, 4118 Susquehanna Avenue, Aberdeen Proving Ground, MD 21005-3013
 
ZIP Code
21005-3013
 
Solicitation Number
W91ZLK-06-SSNOTICE
 
Response Due
2/6/2006
 
Archive Date
4/7/2006
 
Small Business Set-Aside
N/A
 
Description
Army Contracting Agency (ACA) is seeking information from 8(a) certified business concerns or Service-Disabled Veteran-owned Small Business concerns. This SOURCES SOUGHT NOTICE is Not a Request for Proposals (RFP), it is a market research tool being utilized to determine the availability of certain socioeconomic business concerns prior to issuing a RFP. Any information submitted by respondents to this sources sought, are strictly voluntary. The Department will not pay for any information that is submi tted by respondents to this sources sought request. ACA on behalf of the 20th Support Command Operations Center located at Edgewood Area (EA) of Aberdeen Proving Ground (APG), Maryland is conducting a market survey in accordance with the Federal Acquisitio n Regulation (FAR) Part 10.001 to determine the extent of 8(a) certified business concerns and/or Service Disabled Veteran Owned Small Business concerns participation and capability to perform a requirement to provide Integration, Operation and Maintenance of A Split Based Operations Center, a Deployable Response and Graphic Operations Network (DRAGON), Information Management (IM), Information Technology (IT), Information Assurance Security (IAS), Frequency Management (FM), Project Management (PM), Knowledg e Management (KM) and Communication Security (COMSEC) Intelligence and Administrative tasks in support of the 20th Support Command. ACA is seeking Narrative Statements from 8(a) Certified Business concerns and/or Service Disabled Veteran Owned Small Busin ess concerns only. The NAICS code is 541519; size standard is $23M. Narrative statements should specify the services that can be provided and include resource capabilities. Narrative statements should demonstrate firms ability to perform the specific tas ks that are being requested in the synopsized Statement of Work below: (1) Services are required in the areas of database development, database administration, web development, web administration, GIS administration, GIS development, VTC operations, netwo rk development, data entry, LAN/WAN support and technology, the design, development, maintenance of computer applications, identification of user requirements for new automated systems, engineering services supporting both testing and installation, support to organize and conduct symposia and other command wide meetings, graphic support, Administrative and helpdesk services. These services are required in both deployed and garrison environments. (2) General activities will include the development of datab ase, web and GIS systems, generating computer code to satisfy software design requirements, establishing new communication links, testing development systems, upgrading hardware and software items which support state-of-the-art automation systems, review o f, comment on, and preparation of system documentation (e.g. detailed test plans and reports, evaluation plans and reports, specifications, Operational Requirement Documents, Standard Operation Procedures), attendance at program meetings, data entry and ma intenance of data in EMSE, ARCView, Oracle based systems, maintenance of a Storage Area Network (SAN), Deployable/Reachback servers, WAN equipment, VTC support, both Deployed and Garrison, Helpdesk support in a deployed environment on all IT Systems, taske r tracking, input/maintenance of ATTAPS/DTS, generation of official correspondence, Input and development of business processes and procedures. (3) The Contractor shall comply with applicable security regulations and the requirements specified on DD Form 254. Contract Security Classification Specification. The Contractor shall already possess a facility security clearance at the TOP SECRET level. The Contractor shall be responsible for employing the required number of personnel who are cleared at either the SECRET or TOP SECRET level and who can be relied upon to perform in strict accordance with the provision of all security regulations. Contractors supporti ng GIS, ARCIMS, and Intel Missions will be required to have a TOP SECRET clearance. All other Contractor staff will be required to have a SECRET clearance. Only entities having relevant experience performing this type of requirement will be considered qu alified. A Government panel will evaluate all submissions to determine qualifications and capabilities in regards to this announcement. Narrative statements must be a 2-page narrative of your companys capabilities and past performance as related to the a bove synopsized statement of work. The capabilities and past performance must be relevant to requirements spelled out in this sources sought notice, and must reflect performance in the last 3 years. Narrative statements must include a brief description o f your potential subcontractors as related to this type of work. Narrative statements are limited to 2-pages. On page 1, first paragraph, first sentence, identify the companys socio-economic status as to whether it is an 8(a) certified business concern and/or Service Disabled Veteran Owned Small business concern. Hard copies of Narrative Statement will not be acceptable (only electronically submitted Narrative Statement will be accepted). All responses must be received by 06 February 2006, 2:00 pm Eas tern Standard Time to Barbara Kuklinski at email: barbara.kuklinski@us.army.mil.
 
Place of Performance
Address: ACA, Aberdeen Proving Ground Directorate of Contracting, 4118 Susquehanna Avenue Aberdeen Proving Ground MD
Zip Code: 21005-3013
Country: US
 
Record
SN00977450-W 20060202/060131215053 (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  © 1994-2020, Loren Data Corp.