Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 25, 2010 FBO #3043
SOURCES SOUGHT

58 -- Market Survey - IT Support Services

Notice Date
3/23/2010
 
Notice Type
Sources Sought
 
Contracting Office
P.O. Box 190022, North Charleston SC 29419-9022
 
ZIP Code
29419-9022
 
Solicitation Number
SSC-Atlantic_MKTSVY_7F032
 
Response Due
4/23/2010
 
Archive Date
5/8/2010
 
Point of Contact
Point of Contact - Laurel L Wagner, Contract Specialist, 843-218-5558
 
E-Mail Address
Contract Specialist
(laurel.wagner@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a Source Sought Synopsis forSpace and Naval Warfare Atlantic (SSC - LANT) Pensacola Office IT support services. REFERENCE NUMBER: N65236-09-R- 0138 NOTES: No. 1: This Market Survey is issued for the purpose of determining Small Business capabilities. Small Business firms having the capabilities to perform the taskings listed below are encouraged to reply to this Market Survey. This Market Survey is for Space and Naval Warfare System Center Atlantic (SSC-LANT) Pensacola Office Code 5425 Commander Navy Installations Command (CNIC) IT support and NAVAIRs Propulsion Online (NAPOL) project support. The Space and Naval Warfare Systems Center Atlantic (SSC-LANT), Pensacolas Code 5425 CNIC IT support and NAVAIRs NAPOL are soliciting information from potential Small Business sources to provide a broad range of information support services and shall include systems and application software support, technical support services, LAN/WAN support services, advance requirements studies, economic analysis services, including hardware, software, maintenance and training. Major task areas shall consist of the following: feasibility studies, system development, system maintenance, technical support functions, software conversion, Automative Information System (AIS) security, network design, network operations, training/documentation, and computer operations. In support of CNIC, IT support services shall also include systems analysis and design, software development and programming, technical support, systems administration and technical support, customer support, service support, and technical document support for CNIC computer systems. The systems to be supported are mainly web-based Navy business applications that include various modules that provide management information to installation and headquarters managers to use in analyzing and supporting critical business decisions. In support of Code 5421 and NAVAIRs NAPOL, project tasks shall also include, but are not limited to, systems analysis and design, testing and implementation, database system support, technical support, systems administration and customer support. Potential sources must have demonstrated expertise and proven abilities capable of providing diverse information technology products and the services of a non-personal nature as described below. Work to be performed under this contract shall require a TOP SECRET facility clearance. The facility shall be accredited for working and storing classified SECRET equipment and documentation. Prior to starting work on tasks under this proposed contract, Contractor personnel shall be processed for and possess a TOP SECRET clearance that consist of a Single Scope Background Investigation (SSBI) for Sensitive Compartmental Information (SCI) access. Divided into three main tasks, the services shall be performed either singly or in combination as specified in accordance with individual task orders. The percentages listed next to the tasks are the government - estimated amount of work breakdown that may be required on the potential contract for this effort. You are requested to provide the percentage of work your company can perform against each task listed next to the taskings for evaluation. DO NOT INCLUDE ANY DOCUMENTATION OR PERCENTAGES FOR ANY COMPANY OTHER THAN YOUR OWN. THIS IS AN ANALYSIS OF YOUR COMPANYS CAPABILITIES TO DETERMINE WHAT WORK Y OUR FIRM IS CAPABLE OF PERFORMING. The contractor will be tasked to accomplish work as specified in the draft Performance Work Statement (PWS). Note: A draft PWS copy is posted at the SPAWARSYSCEN Atlantic E-Commerce Business Opportunity webpage. Services shall be performed within the task requirements either singly or in combination as required within task orders. The following table reflects all the required tasks per PWS and the Governments best estimate of the work breakdown. TASK TASKING DESCRIPTION with PWS Ref Paragraph A. GOVT ESTIMATED TASK BREAKDOWN (Based on 100%) B. OFFERORS PROJECTED SUPPORT (Do not exceed 100% per task) C. EST. WORK PERFORMED (Column A x Column B NTE 100%) A Software, Non-Software, and IT systems Support Services 40% B Program Management 15% C Requirements Analysis and Concept Development 45% Firms are invited to submit the appropriate documentation as described above in addition to any literature, brochures, and references necessary to support that they possess the required capabilities necessary to meet or exceed the stated requirements. There is a page limit of Fifteen (15) on data submitted. Responses shall be submitted to SPAWARSYSCEN Atlantic, Charleston, Code 2254LW, P.O. Box 190022, North Charleston, SC 29419-9022, or by e- mail to laurel.wagner@navy.mil Capability Responses must include all of the following information: (1) name and address of firm; (2) size of business, including; total annual revenue, by year, for the past three years and number of employees; (3) ownership, including whether: Large, Small, Small Disadvantaged, 8 (a), Women-Owned, HUBZone, Veteran Owned and/or Service Disabled Veteran- Owned Business; (4) number or years in business; (5) two points of contact, including: name, title, phone, fax, and e-mail address; (6) Cage code, DUNS Number (if available), NAICS code; (7) affiliate information, including parent corporation, joint venture partners, potential teaming partners, prime contractor (if potential sub) or subcontractors (if potential prime); (8) the percentage of work your company can perform with respect to the stated requirements fill-in Column B and C in table above; cumulative total of work performed should not exceed 100%. Note: Do not include any documentation or percentages for any company other than your own. This is an analysis of your companys abilities of what it can or cannot perform exclude any subcontractor information; (9) a list of customers for relevant and current work that meet the following conditions/terms: Relevant work is described as work similar in scope to the posted draft PWS and within the dollar value of $3.5M. Current work is defined as work performed no longer than 5 years past the sources sought posting date. Information per customer shall include the following: (i) a summary of work performed, (ii) contract numbers, (iii) period of performance, (iv) contract type, (v) dollar value for each contract referenced, how the work demonstrates capability to perform percentages stated in number eight, and (vi) a customer point of contact with valid phone number (this information is required to verify offerors performance; the Government may contact any reference for further validation. Note: Work deemed not similar to the draft PWS will not be considered as relevant.) (10) statement that the contractor has or does not have an approved accounting system as defined in the Federal Acquisition Regulation (FAR). Summary of Work Table The purpose of this market survey is to determine the capabilities of small business industry partners. Respondents shall summarize the work they have performed relevant to this requirement by demonstrating their experience/capabilities as follows: PWS Paragraph Tasking Page Limit 3.1 Software and Non-Software Support Services Discuss experience relevant to PWS and specifically discuss: 3.1.1 Experience performing software design & analysis, development, engineering and migration. 3.1.2 Experience providing functional and technical expertise supporting a wide range of DoN and DoD Business IT Systems including client-server applications and web-based solutions. 6 Pages 3.2 Program Management Discuss experience relevant to PWS and: 3.2.2. Experience in working with the Government project manager in supporting the needs of the program at sponsor level. 3.2.3.1 Experience in maintaining and providing various types of administration document required throughout the life of the contract. 3 Pages 3.3 Requirements Analysis and Concept Development Discuss experience relevant to PWS and: 3.3.1 Experience in Defining the problem and the constraints upon the problem solution.. 3.3.2 Experience in Analysis and Design plans to include any of the following: i. High-level Architectural Design ii. Detailed Design iii. Design Walkthroughs 3.3.3 Experience in the design, development, and documentation of software to support a specific Government requirement. 3.3.4 Experience in environment development, system development, testing and software turnover. 3.3.7 Experience in system and database administration and database management support. 3.3.9 Experience in security and risk assessment and contingency planning. 3.3.12 Experience in network administration, maintenance of servers and associated peripherals, and configuration management. 6 Pages NOTE REGARDING Market Survey: This notice is for planning purposes ONLY and is not to be construed as a commitment by the Government. This is NOT a solicitation announcement. No reimbursement will be made for any costs associated with providing information in response to this announcement, or any follow-up information requests. Respondents will be notified of the results of this evaluation. The Government reserves the right to consider a set-aside for small businesses or one of the small business preference groups. (i.e., 8(a), HUBZone, SDB, SDVO, etc.). The Government estimate for this effort is $10M. A Cost Plus Fixed Fee, Indefinite Delivery, Indefinite Quantity type contract is anticipated for this proposed procurement with a period of performance not to exceed three years (base period, plus two one-year options). The applicable NAICS code is 541330 with a size standard of $27 million. Reference No. N65236-09-R-0138 when responding to this posting. The Closing Time for responses: 2 P.M. EST The Closing Date for responses: 23 April 2010 Note: Within a reasonable time after evaluation of responses, SSC-Atlantic will post the procurement decision on e- commerce and FEDBIZOPS.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/SPAWAR/SPAWARSYSCEN_Charleston/SSC-Atlantic_MKTSVY_7F032/listing.html)
 
Record
SN02100819-W 20100325/100324000455-f663e955baba57c81965d6584e5628ab (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.