Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 26, 2010 FBO #3136
SOURCES SOUGHT

D -- GLOBAL NETWORK ENTERPRISE PLANNING AND ENGINEERING SUPPORT

Notice Date
6/24/2010
 
Notice Type
Sources Sought
 
NAICS
541512 — Computer Systems Design Services
 
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
W91RUS-10-R-SSSA
 
Response Due
7/8/2010
 
Archive Date
9/6/2010
 
Point of Contact
Steven Campbell, 520-533-5264
 
E-Mail Address
ITEC4, Fort Huachuca DOC (NCR-CC)
(steven.campbell11@us.army.mil)
 
Small Business Set-Aside
N/A
 
Description
DESCRIPTION: The U.S. Army Contracting Command (ACC), National Capital Region Contracting Center (NCRCC), Technology Directorate Division C, located at Ft. Huachuca, AZ, is seeking information on small business sources that can provide non-personal information technology (IT) services and support requirements for the Network Enterprise Technology Command/9th Signal Command (Netcom/9th Sc (A)) G-5 (NETCOM G-5). 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 current number of contractor personnel required to support the NETCOM G-5 is 206 full time equivalents (FTEs), with various labor categories and skill levels. For the purposes of small businesses, the NAICS Code is 541512 Computer Systems Design Services, and the size standard is $25.0 million in average annual receipts. SCOPE: In order to provide interoperable, synchronized, and secure information operations supporting intra- and inter-service mission requirements, the NETCOM/9th SC (A) G-5 must provide: Enterprise standards; operational requirements reviews; functional requirements management; architecture, design, and implementation plan reviews; Information Assurance (IA)/Systems & Security and Operational Engineering for IT systems and networks that are secure, responsive, and available to the users for whom they support. The Contractor shall analyze systems and programs for compliance with statutory and regulatory requirements, and suitability for connecting to the Army's portion of the Global Information Grid (GIG), the Land War Net (LWN), and provide IT Enterprise support services that facilitate the creation and sustainment of the Global Network Enterprise; i.e., strategic planning, standards creation and sustainment; functional requirements development, management, and traceability; LWN Network Operations (NetOps) Architecture (LNA) sustainment, synchronization, and validation; IT-Metrics program management, Networthiness (NW), Program Management, Service Management process management; IT infrastructure configuration, change, and release management; and Tier Three problem management for operational networks and systems globally. The Contractor shall provide support for long-haul and Base Communications (BASECOM) Telecommunications Management Support Project requiring data research, development, interpretation, and presentation functions to support the long-haul and BASECOM mission. The Contractor shall support these services primarily at the headquarters and as required temporarily at NETCOM/9th SC (A) locations both throughout the Continental United States (CONUS) and Outside the Continental United States (OCONUS), as specified in task orders. SUBMISSION INSTRUCTIONS: If you believe your firm qualifies as a small business under the aforementioned 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 (PWS), 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, woman-owned business, veteran-owned business, etc.); (4) a brief statement 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 past 3 years as it relates to the magnitude and scope of the requirements outlined in the draft PWS. Each company experience (Government or commercial) should include (a) the name of the project, (b) a brief description of project, (c) the contract or project number, (d) a client/customer point of contact (name, address, phone number, e-mail address), (e) the dollar value of the contract/project, (f) the period of performance of the contract/project, and (g) the relevance of contract/project to requirements in the draft PWS. Technical capability statements can be submitted in your own format and shall be 5 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 with providing information in response to this synopsis or any follow-up information requests. Please send information via e-mail to Steve Campbell at Steven.Campbell11@us.army.mil by 2:00 p.m., Arizona Time, 8 July 2010. Point of contact is Steve Campbell at (520) 533-5264. REFERENCE MATERIAL ATTACHED: The draft PWS, appendices, and draft DD Form 254, Department of Defense Contract Security Classification Specification, are attached to this announcement.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/09fa6844cfb8aa5b41a547623c7add9b)
 
Place of Performance
Address: Network Enterprise Technology Command/9th Signal Command - G-5 2133 Cushing Street, Bldg. 61801 Fort Huachuca AZ
Zip Code: 85613-5000
 
Record
SN02187484-W 20100626/100624235327-09fa6844cfb8aa5b41a547623c7add9b (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.