Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 21, 2010 FBO #3100
SOURCES SOUGHT

D -- Microsoft Consulting Services

Notice Date
5/19/2010
 
Notice Type
Sources Sought
 
NAICS
443120 — Computer and Software Stores
 
Contracting Office
ITEC4, Fort Huachuca DOC (NCR-CC), ITEC4 Contracting, Bldg. 61801, Room 3212, Fort Huachuca, AZ 85613-5000
 
ZIP Code
85613-5000
 
Solicitation Number
W91RUS10R0017
 
Response Due
6/1/2010
 
Archive Date
7/31/2010
 
Point of Contact
Elizabeth Woodson, 520-538-7457
 
E-Mail Address
ITEC4, Fort Huachuca DOC (NCR-CC)
(elizabeth.woodson@us.army.mil)
 
Small Business Set-Aside
N/A
 
Description
Sources Sought Synopsis Microsoft Consulting Services DESCRIPTION: The Army Contracting Command, U.S. Army National Capital Region Contracting Center (NCRCC), on behalf of The United States Army, Network Enterprise Technology Command (NETCOM)/9th Signal Command (Army), is seeking information on capable business sources that can support the integration of emerging technologies to promote the achievement of Army Enterprise Infrastructure (AEI) objectives for NETCOM/9th SC(A) Enterprise Plans and Engineering (EP&E). Examples of emerging technologies may include Voice over IP (VOIP), Wireless Networks, Thin Client, or IPv6. BACKGROUND: The contractor assists in developing, integrating, and deploying information, technology architectures, designs, and solutions related to SYSMAN and AD/Exchange or in support of other related Army enterprise infrastructure (AEI) activities. The job of the NETCOM/ EP&E is to ensure that the deployed solution is integrated across the Army enterprise, and then to manage, operate, and provide continued improvement and configuration management of the SYSMAN tierd hierarchy. The contractor assists in this process, by providing highly skilled experts with deep product knowledge of all SYSMAN components, AD/Exchange and Windows applications components, instant reach back to Microsoft product support, and reach across to other programs employing Microsoft products- such as the Army Golden Master (AGM) in order to provide an enterprise SYSMAN product delivering enterprise situational awareness and common operational picture by reconciling and consolidating inventory, integrating with AD, providing standard Configuration Management, delivering standard AGM, monitoring licenses, identifying applications, assessing mission readiness and IAVA status per device, organization, and across the enterprise in near real time. SCOPE: The Contractor shall provide consulting services which shall enable NETCOM/9th SC (A)/ESTA to develop information, application, and operational network structures as an enterprise network in support of the Global Network Enterprise Construct (GNEC) Active Directory (AD) environment. The enterprise network will enhance both current and future capabilities to make them more efficient and reliable. These projects and systems shall include Enterprise Directory Services (EDS), AD, Metadirectory Services, electronic messaging, identity management solution, security, enterprise management, collaboration, knowledge management, and other Microsoft products as tasked by the Government Technical Lead (GTL). This is a market survey for information only. THIS IS NOT A REQUEST FOR PROPOSALS AND NO CONTRAT WILL BE AWARDED FROM THIS SOURCES SOUGHT SYNOPSIS. The purpose of this synopsis is to gain knowledge of interest, capabilities, and qualification of vendors who can support this requirement. The anticipated contract will be issued on a labor-hour basis, with fixed price labor rates and reimbursable travel costs with a twelve (12) month base period with one twelve (12) month option period. The NAICS Code is 443120 and the size standard is $9 million. SUBMISSION OF INSTRUCTIONS: If you believe your firm qualifies under the fore-mentioned criteria and has qualified personnel, relevant past performance experience, and the technical capability to perform the type of work specified in the draft Performance Work Statement, please submit a technical capability statement including the following information: (1) company name and mailing address (2) point of contact (name, telephone number, and e-mail address) (3) socio-economic status (small business, small disadvantaged business, women-owned business, veteran-owned business, etc.) (4) a brief statement description how your company might propose to perform the percentage of work specified describing how your company might propose 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 identify 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 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 (name, address, phone number, e-mail address) (e) dollar value of the contract/project (f) period of performance of the contract/project. The technical capability statement can be submitted in your format and shall not exceed 10 pages in its entirety (inclusive of cover letter, table of contents, tables, etc.). No reimbursement will be made for any costs associated with providing information in response to this RFI or any follow-up information requests. Submit responses via e-mail to the Point of Contact, Elizabeth C. Woodson (elizabeth.woodson@conus.army.mil) by 1:00p.m., MST, June 1, 2010. REFERENCE MATERIAL ATTACHED: Draft copy of the PWS; DD Form 254, Department of Defense Contract Security Classification Specification. NOTE: Only the stated reference material listed above are available to industry at this time.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/21279b88575ab68cf4cd04d25a588e1a)
 
Place of Performance
Address: ITEC4, Fort Huachuca DOC (NCR-CC) ITEC4 Contracting, Bldg. 61801, Room 3212 Fort Huachuca AZ
Zip Code: 85613-5000
 
Record
SN02154151-W 20100521/100519234940-21279b88575ab68cf4cd04d25a588e1a (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.