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

D -- Hardware Software Integration Facility

Notice Date
4/12/2012
 
Notice Type
Sources Sought
 
NAICS
541519 — Other Computer Related Services
 
Contracting Office
ACC-APG - Aberdeen Division B, HQ CECOM CONTRACTING CENTER, 6001 COMBAT DRIVE, ABERDEEN PROVING GROU, MD 21005-1846
 
ZIP Code
21005-1846
 
Solicitation Number
W15P7T-12-HSIF
 
Response Due
4/26/2012
 
Archive Date
6/25/2012
 
Point of Contact
Kelly Doolittle, 443-861-8029
 
E-Mail Address
ACC-APG - Aberdeen Division B
(kelly.l.doolittle.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
The purpose of this Sources Sought is to obtain potential small business sources that can provide functional and technical capabilities needed in support of the Software Development Center-Lee, Tactical Logistics Division's (SEC-Lee TLD) Hardware-Software Integration Facility (HSIF). The Hardware Software Integration Facility provides a full suite of functional and technical capabilities necessary to execute the following actions in support of fielding/sustainment of SEC-LEE and outside customers managed product lines: maintenance and utilization of the Warehouse Management System (WMS) for equipment receipt, equipment shipping, equipment storage and inventory control, Property Book maintenance and use for transfers of equipment, hardware testing, integration, configuration control, diagnostic testing, and component replacement of computer hardware and peripherals, software loading, functional testing, application of software patches and security updates, system/component accountability, packing and shipping, media reproduction and distribution. The support contract shall provide the appropriate level of qualified and trained personnel in order to meet mission requirements and work load assigned to the administration, warehouse and integration lab. Contractor shall provide support for the following systems but are not limited to : oGlobal Combat Support Systems-Army (GCSS-Army) Family of Systems oMovement Tracking Systems (MTS) oPD TIS Transportation Information Systems (TC-AIMS) oTactical Logistics Systems (TLS) oStandard Army Ammunition System-Modernization (SAAS-MOD) oStandard Army Maintenance System Level-Installation Table of Distribution and Allowances (SAMS-I TDA) oStandard Army Maintenance System Level-1 Rehost (SAMS-1 Rehost) oStandard Army Maintenance System-Enhanced (SAMS-E) oStandard Army Retail Level System-1 (SARSS-1) oStandard Army Retail Level System-2AC/2B (SARSS-2AC/2B) oStandard Army Retail Level System-Gateway (SARSS-GW) oStandard Army Retail Level System-Radio Frequency Identification (SARSS-RFID) oUnit Level Logistics System-Air-Enhanced (ULLS-A (E)) oUnit Level Logistics System-Ground (ULLS-G) oProperty Book Unit Supply-Enhanced (PBUSE) oUnit Level Logistics System-S4 (ULLS-S4) (Incorporated within PBUSE) oFinancial Management Tactical Platform (FMTP) All work shall be completed at Government Furnished Facility located at 2101 Bermuda Hundred Rd, Chester, VA 23836-1320, and any location to be established in the future for support of SEC- Lee TLD. The Government anticipates this requirement will result in the release of a solicitation totally set-aside for Small Business concerns. The North American Industry Classification System (NAICS) Code for this requirement is 541519. All contractors will be required to be in compliance with DFARS 252.239-7001, Information Assurance Contractor Training and Certification. Contractors shall ensure that personnel accessing information systems have the proper and current information assurance certification to perform any information assurance or privileged access functions in accordance with DoD 8570.01-M, Information Assurance Workforce Improvement Program before they access or are granted access to any Army or DoD information technology resource, mission application, or computing system. All Contractor personnel shall complete annual information assurance awareness training and security training and maintain a record of that training in the Total Employee Development (TED) system and Army Training and Certification Tracking System (ATCTS). All contractors will be required to ensure that all of their personnel working this task order complete all ongoing and mandated traditional security, file management, information assurance training to include computing environment training and certification and operational security training. Small business vendors that are interested in possibly providing these services are asked to submit the following information: 1.)Company name 2.)Company Address 3.)CAGE Code 4.)Company POC name 5.)Company POC Phone 6.)Company POC email 7.)Company website 8.)Business type: SB/SDVOSB/HBCU 9.)List of existing Government Contract Vehicles Please identify your company's small business size standard based on the applicable NAICS code of 541 -- Professional, Scientific, and Technical Services/541519 - Other Computer Related Services. The Small Business Size Standard for this NAICS code is $25 Million dollars. For more information refer to http://www.sba.gov/content/table-small-business-size-standards. Small Business Concern 8(a) Small Disadvantaged Business (SDB) Woman-Owned Small Business Historically Underutilized Business Zone (HUBZone) Veteran-Owned Small Business Service-Disabled Veteran-Owned Small Business Under the current SB recertification regulations, do you anticipate your company remaining a small business, under NAICS Code of 541 - Professional, Scientific and Technical Services/541519 - Other Computer Related Services. If your company is awarded the contract, will you be able to perform at least 50% (percent) of the work required in house? If you are a small business can you go without a payment for 90 days? Please provide details regarding proposed joint ventures, teaming arrangements, strategic alliances, or other business arrangements to satisfy the requirements described in the attached Description of Requirements document. Offerors are encouraged to identify teams, indicating each team member's size status based upon the North American Industrial Classification System (NAICS) code of the work that the team member may be doing. Is your company currently providing similar services to another government agency (you may also include contract #s for government) or other non-government customer? If so, please identify the agency or non-government customer. If you are unwilling to share your customer's identity, please address whether your company offers the same or similar services commercially Does your company have a DCAA approved accounting system? The current contract/task order is W91QUZ-06-D-0016/BG02. The incumbent is SAIC. The Service Contract Act applicable. Questions and or concerns regarding this synopsis shall be directed toMr. Raymond Perkins, Program Analyst, via phone (443) 861-8026 or email Raymond.g.perkins2.civ@mail.mil and Ms. Arlene Ford, 804-765-1055 or email Arlene.ford.civ@mail.mil Any questions must be presented to the POCs via e-mail no later than April 19, 2012
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/eb104c32635f682a6b73e546815e6959)
 
Place of Performance
Address: CECOM Software Engineering Center (SEC) 2101 Bermuda Hundred Rd Chester VA
Zip Code: 23826
 
Record
SN02721207-W 20120414/120413000145-eb104c32635f682a6b73e546815e6959 (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.