Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 25, 2011 FBO #3592
MODIFICATION

D -- IT Support Services

Notice Date
9/23/2011
 
Notice Type
Modification/Amendment
 
NAICS
541512 — Computer Systems Design Services
 
Contracting Office
Contracting Center of Excellence (NCR-CC), 200 Stovall Street, 11TH Floor, Alexandria, VA 22331-1700
 
ZIP Code
22331-1700
 
Solicitation Number
W91QUZLEAP
 
Response Due
10/11/2011
 
Archive Date
12/10/2011
 
Point of Contact
Haydee Soto-Carreras, 703-325-2818
 
E-Mail Address
Contracting Center of Excellence (NCR-CC)
(haydee.sotocarreras@conus.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
The deadline for capability statements submission date was corrected to read October 11, 2011. This sources sought announcement is for information and planning purposes only; it is not to be construed as a commitment by the Government. A contract may not be awarded as a result of this sources sought announcement. The US Army Contracting Command, National Capital Region (ACC-NCR) at Hoffman II, on behalf of US Army Criminal Investigation Command (USACIDC), intends to procure CIDC Information Management System (CIMS) Support (custom-built criminal case management, archival, and retrieval via client-server applications and web-based interfaces that provide Army criminal investigators and crime records personnel an efficient and effective way to capture and retrieve Army criminal investigative data to further support Army garrisons worldwide, as well as Army and other DoD reporting) using small business set-aside procedures in accordance with FAR Part 19 or under full and open competitive procedures. If at least two small business concerns are determined by the Government to be capable of performing this requirement based on the evaluation of the capability packages submitted by 12:00PM, October 11, 2011, the requirement will be solicited as a 100% set-aside for small business concerns in accordance with FAR Part 19. If capability packages are not received from at least two responsible small business concerns in accordance with FAR Part 19 by the response date or if the Government determines that no small business concerns in accordance with FAR Part 19 are capable of performing this requirement based upon an evaluation of the capability packages submitted; this requirement will be solicited under full and open competitive procedures. Only small businesses are to submit capability packages. Interested small business concerns in NAICS code 541512 with a size standard of 25.M are encouraged to submit their capability packages. The capability packages for this sources sought market survey are not expected to be proposals, but rather statements regarding the company's existing experience in relation to the areas specified in the PWS. Capability packages must not exceed ten (10) pages and must be submitted electronically. All contractor questions must be submitted no later than 10:00 AM (EST), October 3, 2011. Small business concerns are to outline their experiences in the following: The Contractor shall provide services to help USACIDC design, develop, test and implement a new enterprise software solution to secure USACIDCs expanding role in the law enforcement community. The Solutions Provider chosen shall provide expertise, technology and resources to provide a high quality, cost effective solution. The selected Solutions Provider will form a partnership with USACIDC in helping provide the best solution. The Solutions Provider shall also provide program management; legacy system operations, maintenance and support; systems design and technical support; and integration with external systems that interface with LEAP to include support of USACIDC client systems. The Solutions Provider shall report to and support USACIDC in developing the LEAP enterprise environment that will provide end-to-end business application functionality and data sharing across the Army law enforcement community. The Solutions Provider shall also support USACIDC in meeting DoD and National data exchange mandates including the application of National Information Exchange Model (NIEM) standards and initiatives supporting the Global Justice XML Data Model (GJXDM) data exchange requirements, new DoD enterprise architecture requirements and guidelines and DOD Information Assurance Certification and Accreditation Process (DIACAP) requirements. All IT Operations and Maintenance (O&M) and development efforts shall adhere to DoD and Army-specific directives applicable to the Information Assurance (IA) compliance and guidelines. Areas or tasks where a contractor does not have prior experience should be annotated as such. To assist us in maintaining a list of interest small business concerns for this procurement, please provide your company's name, point of contact (POC), address, phone number, and business size under the above NAICS code to Haydee Soto-Carreras, Contract Specialist, for this procurement. A/AN Firm Fixed Price and Cost Plus Task Order is anticipated. The anticipate period of performance will be one base year, and two (2) one-year options periods each. The place of performance will be located in two areas, which will be identified in this contract as "on-site" and "off-site". The location of the positions for this task order are classified as follows: the US Army Criminal Investigation Command (USACIDC), Russell-Knox Building, 27130 Telegraph Rd Quantico, VA22134 and Off-site" location (development environment): The Solution Provider's site All amendments will be posted and must be retrieved from this website. "Responses to the Sources Sought must be submitted by email to the POC identified below. No solicitation mailing list will be compiled. Contractors are responsible for all costs for submitting their capability packages. POC is Ms. Haydee Soto-Carreras, at Haydee.sotocarreras@conus.army.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/33b1e8bb44efea5c661f33f4da110382)
 
Place of Performance
Address: Army Contracting Commad -National Capital Region 200 Stovall Street, 11TH Floor Alexandria VA
Zip Code: 22331-1700
 
Record
SN02590888-W 20110925/110924000416-33b1e8bb44efea5c661f33f4da110382 (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.