Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 14, 2012 FBO #3794
SOURCES SOUGHT

70 -- Data Sciences IT Support

Notice Date
4/12/2012
 
Notice Type
Sources Sought
 
NAICS
541513 — Computer Facilities Management Services
 
Contracting Office
MICC - Dugway Proving Ground, Division of Contracting, Building 5330 Valdez Circle, Dugway, UT 84022-5000
 
ZIP Code
84022-5000
 
Solicitation Number
W911S612RXXX1
 
Response Due
5/3/2012
 
Archive Date
7/2/2012
 
Point of Contact
Sandra Johnson, 435-831-2756
 
E-Mail Address
MICC - Dugway Proving Ground
(sandra.j.johnson90.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
The Mission and Installation Contracting Command (MICC), Dugway Proving Ground (DPG) Installation Contracting Office (ICO) is seeking sources that can provide information technology (IT) support services for the DPG's West Desert Test Center (WDTC). Dugway Proving Ground is the nation's Major Range and Test Facility Base (MRTFB) for Chemical, Biological, Radiological, Nuclear and Explosives (CBRNE) defense programs. The Data Sciences Division at the WDTC has the responsibility of providing IT support to the various WDTC divisions in support of the CBRNE mission. This support encompasses the maintenance and support of workstations, servers, commercial-off-the-shelf (COTS) and Government-off-the-shelf (GOTS) software administration and maintenance, full software development life-cycle projects, and full service desk functions. The focus of all efforts is in support of the Test Mission Management System (TMSS). TMSS is an enterprise wide system (hardware and software) that supports the acquisition, transfer, analysis, presentation, delivery, storage, protection and archival of all test data. There are approximately 30 physical servers in the test center with nearly 100 virtual servers running on VMWare. Servers are primarily Windows Server and Linux. Networks are Nortel and Cisco with ad-hoc wireless networks using a variety of products from Cisco, Bridgewave, Antenna Products and Persistent Systems. Storage systems are EMC VNX and tape backup. There are approximately 750 workstations supported on the TMSS network. These machines are primarily running the Army Windows 7 AGM build. In-house software is developed with tools such as Visual Studio.NET, C++, and Java; data analysis programming is developed using PV-Wave and SAS. Many custom applications are hosted and maintained within a Microsoft Sharepoint 2010 environment. Support for the stated environment should encompass the following categories: a)Software Development (business, analytic and scientific); b)Software Maintenance; c)Systems Administration; d)IT Service Desk; e)Storage Network Engineering; f)Storage Network Maintenance; g)Network Engineering; h)Network Maintenance; i)Business (IT) Analysis; j)Technical Documentation; k)Software and Systems Training; l)Software and Systems Testing; m)Information Assurance; and n)Project Management. Interested contractors shall have knowledge of working with related chemical and biological equipment systems and programs. A determination on the contract type, mechanism for procuring the services, and possible set-aside will not be made by the Government until after the market research has been completed. No proposals are being requested or accepted under this synopsis. The anticipated North American Industry Classification System Code (NAICS) for this requirement is 541513 and the size standard is $25.5 Million. Qualified companies are encouraged to respond. Responses should provide the following information in response to this sources sought announcement: 1.Business name and address; 2.Name of company representative and their business title; 3.Pertinent details and experience of doing this type of services (identify any relationship with work conducted with the Government's chemical and biological programs); 4.Business size as it relates to the NAICS code and size standard stated in this sources sought announcement; 5.Contract types typically used for these types of services (e.g. firm-fixed price, cost reimbursable, indefinite-delivery indefinite-quantity, etc.); and 6.Other contract vehicles that would be available to the Government for the procurement of these services, to include General Service Administration (GSA) Federal Supply Schedules; ITEC 4 contracts; and/or any other Department of Defense contracts. PROCEDURES: This Request for Information (RFI) is a required component of a complete and systematic process to evaluate interested parties in order to minimize cost both to potentially interested parties and the Government. Interested sources are also encouraged to submit product literature in response to this Request for Information (RFI). Any submission of such product literature or catalog cut sheets will be treated separate from, and will have no bearing on, any subsequent evaluation of proposals submitted in response to any resulting future formal Request for Proposal. Interested parties should provide a statement of interest on company letterhead (not to exceed 20 pages in length) to: U.S. Army Contracting Agency/Dugway, CCMI-CHD-DG, Attn: Sandy Johnson, Contract Specialist, 5330 Valdez Circle, MS #1, Dugway Proving Ground, Dugway, Utah 84022-5000. No basis for claim against the Government shall arise as a result of a response to this SOURCES SOUGHT or Government use of any information provided. Elaborate proposals or pricing information are neither required nor desired. Any innovative and new conceptual ideas to achieve the stated objective are encouraged. No solicitation document exists for this request for Sources Sought. This notice is for informational purposes only; it is not a request for proposals nor should it be construed as a commitment by the Government. The Government will not pay for any effort expended into responding to this sources sought announcement. Responses must be submitted no later than 5:00 PM (local prevailing time at U.S. Army Dugway Proving Ground, Utah), May 3, 2012 via email (sandra.j.johnson90.civ@mail.mil) or facsimile (435-831-2085). The point of contact concerning this sources sought action is Ms. Sandy Johnson, Contract Specialist at (435) 831-2756, or email sandra.j.johnson90.civ@mail.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/2e4fda46be30a29899b3bf3e2bfa96da)
 
Place of Performance
Address: MICC - Dugway Proving Ground Division of Contracting, Building 5330 Valdez Circle Dugway UT
Zip Code: 84022-5000
 
Record
SN02720224-W 20120414/120412234752-2e4fda46be30a29899b3bf3e2bfa96da (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.