Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 16, 2008 FBO #2363
SOURCES SOUGHT

D -- U.S. Army Corps of Engineers, Information Technology Laboratory, Vicksburg, MS, Sources Sought Market Survey of Historically Underutilized Business Zone Small Business Firms (HUB-Zones)

Notice Date
5/14/2008
 
Notice Type
Sources Sought
 
NAICS
541511 — Custom Computer Programming Services
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, U.S. Army Engineer District, Vicksburg, Vicksburg Consolidated Contracts Office, Vicksburg, ATTN: ERDC, 4155 Clay Street, Vicksburg, MS 39183-3435
 
ZIP Code
39183-3435
 
Solicitation Number
W912HZ-08-R-0008
 
Response Due
5/20/2008
 
Point of Contact
ELIZABETH KELLEY, 601-634-3548
 
Small Business Set-Aside
Total HUB-Zone
 
Description
SOURCES SOUGHT ANNOUNCEMENT FOR CUSTOM COMPUTING PROGRAMMING SERVICES TO SUPPORT SOFTWARE SYSTEMS ENGINEERING AND MAINTENANCE This is a Sources Sought Market Survey Announcement. The results obtained from this announcement will be used for information and planning purposes only. No proposals are being requested or accepted with this announcement. THIS IS NOT A SOLICITATION FOR PROPOSALS AND NO CONTRACT SHALL BE AWARDED AS A RESULT OF THIS ANNOUNCEMENT. No reimbursement will be made for any cost(s) associated with providing information in response to this announcement or any follow up information request(s). The primary purpose of this announcement is to obtain information and knowledge regarding the level of interest, capabilities, and qualifications of Historically Underutilized Business Zone (HUB-Zones) Small Businesses, to compete and perform a contract of this magnitude. The information obtained from this announcement will determine whether there is adequate competition and interest among technically responsive and capable HUB Zone firms. The U.S. Army Corps of Engineers, Engineer Research and Development Center, Vicksburg, MS will solicit and award a contract for a large DOD Automated Transportation Information System. A hybrid Firm Fixed Price, Indefinite Delivery/Indefinite Quantity type contract is anticipated. Task orders issued will be either Firm Fixed Price or Time and Material or a combination thereof. It is anticipated that time and material task orders will be issued on an exception basis and will be used only for Emergency Requirements, Travel, and Other Direct Costs. The scope of the acquisition includes Software and Systems Engineering services, Local Area Network Management, Hardware maintenance, configuration management services, enterprise systems management, infrastructure integration, disaster recovery, software development and integration, Help Desk and other Customer Related Support, as well as fielding and training. Service of core functional areas 24 x 7 worldwide will be required, e.g., help desk, hardware operations, network services, emergency software fixes.) All contract personnel will be required to obtain a favorable National Agency Check and the ability to obtain and maintain a Secret Level Security Clearance if required to perform the contract requirements. The Estimated contract value is between $85 and $100 million. The contract duration includes one base and three option periods. The applicable North American Industrial Classification System (NAICS) Code for this acquisition is: NAICS #541511- Custom Computer Programming Services. The Small Business Administrations Size Standard for this acquisition is $23 million. In accordance with Federal Acquisition Regulation (FAR) guidelines, the prime contractor must have the capacity to perform at least 51% of the contract work with its own employees. Contract personnel working on this Program must be a U.S. citizen and Proof of citizenship is required to be permitted access to the Government installation. They must possess the necessary technical expertise and qualifications to work in a demanding systems engineering environment. The contractor shall include the following constraints in their proposal: Certification at or above Level 3 of the Capability Maturity Model Integration (CMMI) or the Software Capability Maturity Model (SW-CMM) which includes any sub-contractors. The contractors must be able to meet the Joint Technical Architecture (JTA), Global Information Grid (GIG), Internet Protocol version 6 (IPv6), Net-Centric Enterprise Services (NCES), Defense Reform Initiative Directive 54 (DRID-54), Army Knowledge Management, Public Key Infrastructure (PKI), and other current and emerging DoD and Army mandates. The proposed list of disciplines required for this contract include but are not limited to, Analyst/Programmer-Senior, Database Analyst/Programmer- Senior, Documentation Specialist-Senior, Quality Assurance Analyst-Senior, Sr. Consultant, Software Architect, Software Developer-Intermediate, Software Developer-Senior, Software Systems Engineer-Intermediate, Software Systems Engineer-Senior, Manager - Planning & Implementation, Electronic Data Interchange (EDI) Manager, and Information Center Consultant. The synopsis for the proposed solicitation is anticipated to be issued and available on or about 2 June 2008 with an estimated proposal due date on or about 16 July 2008. The Government intends to award a contract using a source selection evaluation procedure based on the overall Best Value using the Tradeoff process. In other words, award may be made in the best interest of the Government to a firm other than the lowest priced offeror or other than highest technically rated offeror. Interested Offerors response to this Announcement shall be limited to five (5) pages and shall include the following information: Offerors company name, address, point of contact, phone number, and e-mail address. Offerors capability to meet the technical expertise and certifications necessary for the requirement. Offerors capability to meet the security clearances and requirements at time of award. Offerors capability to perform a contract of this magnitude and complexity (include offerors in-house capability to execute comparable work performed within the past five (5) years. Provide at least three examples of this capability and include a brief description of each project, customer name, phone number, email address, timeliness of performance with regards to meeting schedule(s) and remaining within budget, customer satisfaction, and dollar value of the project). Confirmation of Offerors HUB Zone - small business designation as it pertains to the required NAICS Code and business size. Offerors Joint Venture information if applicable existing and potential. Interested Offerors shall respond to this Sources Sought Announcement no later than 09:00 AM (CST) 20 May 2008. All interested contractors must be registered in the Central Contractor Registration (CCR) to be eligible for award of Government contracts. Responses to this Announcement will be accepted via email only. Email your response to Elizabeth Kelley at: elizabeth.j.kelley@usace.army.mil
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=630a99dab76119648d4103571ecc8162&tab=core&_cview=1)
 
Place of Performance
Address: Vicksburg Consolidated Contracts Office, Vicksburg ATTN: ERDC, 3909 Halls Ferry Road Vicksburg MS
Zip Code: 39180-3435
 
Record
SN01573369-W 20080516/080514221126-630a99dab76119648d4103571ecc8162 (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.