Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 08, 2006 FBO #1685
SOURCES SOUGHT

D -- Information technology services and support for elements assigned to, reporting to, or serviced by the U.S. Army Network Enterprise Technology Command/9th Army Signal Command

Notice Date
7/6/2006
 
Notice Type
Sources Sought
 
NAICS
517110 — Wired Telecommunications Carriers
 
Contracting Office
ACA, ITEC4 - West, ITEC4 Contracting, Bldg. 61801, Room 3212, Fort Huachuca, AZ 85613-5000
 
ZIP Code
85613-5000
 
Solicitation Number
W91RUS-06-R-0120
 
Response Due
8/30/2006
 
Archive Date
10/29/2006
 
Small Business Set-Aside
Total Small Business
 
Description
The U.S. Army Contracting Agency Information Technology, E-Commerce and Commercial Contracting Center-West is seeking information on small business sources that can provide non-personal information technology (IT) services and support requirements fo r elements assigned to, reporting to, or serviced by the United States Army Network Enterprise Technology Command/9th Army Signal Command (NETCOM/9th ASC). These elements include the Continental United States (CONUS)-Theater Network Operations and Security Center (C-TNOSC); Headquarters Commandant; and Assistant Chief of Staff, G-3 (ACofS, G-3). This is a market survey for information only. THIS IS NOT A REQUEST FOR PROPOSALS AND NO CONTRACT WILL BE AWARDED FROM THIS SOURCES SOUGHT SYNOPSIS. The purpose of this synopsis is to gain knowledge of interest, capabilities, and qualifications of members of the small business community who can support this requirement. The anticipated contract type is a single award Indefinite Delivery/Indefinite Quantity Contra ct with time-and-materials and firm-fixed-priced, level-of-effort task orders issued. It is anticipated that the effort will be for a base year with four one-year option periods. The estimated number of labor hours over the 5 year period is 5,066,880. F or the purposes of small businesses, the NAICS Code is 517110 and the size standard is 1,500 employees (not to exceed). If you believe your firm qualifies as a small business under the aforementioned criteria and has qualified personnel, relevant past per formance experience, and the technical capability to perform the type of work specified in the attached draft Performance Work Statement, please submit a technical capability statement including the following information: (1) company name and mailing add ress (2) point of contact (name, telephone number, and e-mail address) (3) socio-economic status (small business, small disadvantaged business, woman-owned business, veteran-owned business, etc.) (4) a brief statement describing how your company might prop ose to perform the percentage of work specified in FAR Clause 52.219-14 (b)(1) i.e. a single small business or an affiliation and/or team of small businesses (Note: if more than one firm is contemplated, identify the socio-economic status of each and iden tify which aspects of the draft PWS will be performed by each firm) (5) number of employees (6) revenue for the past 3 years and (7) a brief summary of your companys experience and past performance within the past 3 years as it relates to the magnitude an d scope of the requirements outlined in the attached draft PWS. Each company experience (Government or commercial) should include (a) name of project (b) brief description of project (c) contract or project number (d) client/customer point of contact (nam e, address, phone number, e-mail address) (e) dollar value of the contract/project (f) period of performance of the contract/project and (g) relevance of contract/project to requirements in the draft PWS. Technical capability statements can be submitted i n your own format and shall be 10 pages or less. Again, this announcement is being used solely to determine if sufficient small business capability exists to set aside this acquisition for small businesses. This is not a request for proposals nor is the technical capability statement considered to be a proposal. Large businesses should not respond to this announcement but may consider teaming with a small business or a team of small businesses. No reimbursement will be made for any costs associated wi th providing information in response to this synopsis or any follow-up information requests. The draft PWS, appendices, and draft DD Form 254, Department of Defense Contract Security Classification Specification, can be accessed at http://www.huachuca.arm y.mil/DOC/ITEC4-W/netcom9th_asc_it_support.htm. Please send information via e-mail to Sonya Godlewski at sonya.godlewski@netcom.army.mil by 4:30 p.m., MST, 26 June 2006. Point of contact is Sonya Godlewski at (520) 538-7456.
 
Place of Performance
Address: ACA, ITEC4 - West ITEC4 Contracting, Bldg. 61801, Room 3212 Fort Huachuca AZ
Zip Code: 85613-5000
Country: US
 
Record
SN01083672-W 20060708/060706220902 (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.