Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 09, 2012 FBO #3729
MODIFICATION

D -- Sources Sought Notice

Notice Date
2/7/2012
 
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
W91QUZ-EES
 
Response Due
2/13/2012
 
Archive Date
4/13/2012
 
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
N/A
 
Description
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 Information Technology Agency (USAITA)- Engineering Directorate (ED), intends to procure Enterprise Engineering Services support to design and for the development of new services and systems such as: systems and solutions engineering, core (infrastructure) engineering, engineering project management, capacity and demand management planning, life cycle management, and engineering consulting 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, 13 February 2012, 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. Small business concerns are to outline their experiences in accordance with the attached capabilities questions. 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 USAITA in helping provide the best solution. 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, and Grant Njoku, Contract Specialists, for this procurement. The anticipate period of performance will be one base year, and two (2) one-year options periods each. The locations of the positions for this contract are classified as follows: the US Army Information Technology Agency (USAITA), 200 Stovall Street, Alexandria VA 22332 and Off-site location: the Solutions Provider's site. Most have security classification. 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@haydee.l.soto-carreras.civ@mail.mil and Mr. Grant Njoku, at grant.i.njoku.civ@mail.mil Please see revised PWS reflecting revised estimated Period of Performance under additional information and click additional documentation link to see attachments.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/c10ecd4df4de9f9095ef6a52ece88d01)
 
Place of Performance
Address: Army Contracting Command National Capital Region 200 Stovall Street, 11TH Floor Alexandria VA
Zip Code: 22331-1700
 
Record
SN02668947-W 20120209/120207234621-c10ecd4df4de9f9095ef6a52ece88d01 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.