Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 09, 2010 FBO #3302
MODIFICATION

R -- PASS SCH. VI, IT Support Services IDIQ

Notice Date
12/7/2010
 
Notice Type
Modification/Amendment
 
NAICS
541513 — Computer Facilities Management Services
 
Contracting Office
Department of the Army, National Guard Bureau, 127 MSC, Contracting Division, 43200 MAPLE STREET, BLDG 105, SELFRIDGE ANG BASE, Michigan, 48045-5213
 
ZIP Code
48045-5213
 
Solicitation Number
W912JB-11-R-4001
 
Point of Contact
Andrea Marie Senska, Phone: 586-239-5819
 
E-Mail Address
andrea.senska@ang.af.mil
(andrea.senska@ang.af.mil)
 
Small Business Set-Aside
N/A
 
Description
SOURCES SOUGHT NATIONAL GUARD BUREAU PROFESSIONAL AND ADMINISTRATIVE SUPPORT SERVICES This is a SOURCES SOUGHT synopsis. This SOURCES SOUGHT synopsis is not to be construed as a commitment by the Government. The National Guard Bureau is seeking potential small business sources [including Service Disabled Veteran Owned Small Business, HUBZone, Women-Owned and 8(a)] for a Professional and Administrative Support Services (PASS) IDIQ contract. The work covered under this contract involves NAICS 541513, Computer Facilities Management Services. Non-personal Services for Information Technology (IT) Support Occupations. IT labor categories could include: Computer Programmer, Computer Training Specialist / Instructor, Configuration Manager, Database Administrator, Help Desk, IT Program Manager, IT Project Manager, Network Administrator, Network Engineer, System Administrator, Telecommunications Engineer, Web Designer, Library Information Technology Systems Administrator, Media Specialist, Video Teleconference Technician, Computer Operator, Computer Programmer, Computer Systems Analyst, Peripheral Equipment Operator, Personal Computer Support Technician, Computer Base Training Specialist / Instructor, Telecommunication Mechanic; however, this list may not be all inclusive. The contract and task orders will be non-personal in nature. The work will be located within the 54 states, territories and the District of Columbia. The Government intends to award one indefinite-delivery indefinite-quantity (IDIQ) contract and issue task orders as Labor Hour, Firm Fixed Price or Cost Reimbursable for an ordering period of up to 1 year, with 4 option periods (for a total of 5 years); anticipated maximum ordering value is $60M. The Primary Standard Industrial Classification Code (SIC) is 7379 and the Primary North American Industry Classification Systems (NAICS) code is 541513, "Computer Facilities Management Services". The size standard for this NAICS is $25 million. No solicitation is currently available. Responses (Mailed only, no email) should include the following information: 1. Offeror's name, addresses, point of contact, telephone number and e-mail address. 2. Offeror's business size to include designation as HUBZone, 8(a), SDVOSB, Women-Owned, Small Business for NAICS 541513. For 8(a) contractors, please include proposed graduation date from the 8(a) program. 3. Statement of capability (SOC). The SOC shall contain pertinent and specific information addressing the following areas: (1) Proof of SDVOSB, HUBZone, Women-Owned or 8(a) status; (2) Expertise in providing personnel capable of performing in the area of IT Support Services; and (3) Demonstration of similar contract performance within the last three years. Some positions may require a security clearance of at least SECRET, depending on the location of the services. SOCs limited to 15 pages. Only one original Statement of Capability is needed, no copies are required. SOC must be received no later than 1:00 P.M. on 5 January 2011. Mail your response for this SOURCES SOUGHT to: 127 MSC Contracting Division Attn: Andrea Senska 43200 Maple Street, Bldg. 105 Selfridge ANG Base, MI 48045-5213 You may confirm receipt by calling (586) 239-5819. This notice is to assist the National Guard Bureau in determining potential small business sources only. Any costs incurred as a result of this announcement shall be borne by the Offeror and will not be charged to the Government for reimbursement. Electronic and facsimile submissions are not authorized and will not be considered.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA20-2/W912JB-11-R-4001/listing.html)
 
Place of Performance
Address: The work will be located within the 54 states, territories and the District of Columbia., United States
 
Record
SN02339713-W 20101209/101207233930-6db230af848b835f447af61e8980c1bc (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.