Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 06, 2012 FBO #3816
SOURCES SOUGHT

D -- Sources Sought for Desktop and Systems Administration Services

Notice Date
5/4/2012
 
Notice Type
Sources Sought
 
NAICS
541519 — Other Computer Related Services
 
Contracting Office
Contracting Center of Excellence (NCR-CC), 200 Stovall Street, 11TH Floor, Alexandria, VA 22331-1700
 
ZIP Code
22331-1700
 
Solicitation Number
W91WAW12R0090
 
Response Due
5/17/2012
 
Archive Date
7/16/2012
 
Point of Contact
Juan Rendon, 703-428-0401
 
E-Mail Address
Contracting Center of Excellence (NCR-CC)
(juan.c.rendon@us.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. Army Contracting Command - National Capital Region (ACC-NCR), on behalf of the US Army Command and Control Support Agency (USCCSA), Army Operations Center Support (AOC), intends to procure services to perform desktop and systems administration services. This sources sought announcement invites potential offerors to submit information that will allow the Government to determine the offerors' potential to be viable competitors. This notice is not a request for proposals. The Government will not be liable for payment of any response preparation expenses. Interested parties are responsible for adequately marking proprietary or competition sensitive information contained in their response. The United States Army Command and Control Support Agency (USACCSA), plans, operates, and maintains an Information Technology (IT) User Support Center (USC) and provides Tier II/III/ and IV support for the HQDA C2 network user community to include the Army Operations Center (AOC) C2 Information Technology (C2IT) and partnership services. CCSA support involves user and desktop services, application monitoring and development, network administration, server monitoring and administration, computer and network security support, trouble resolution, system support, database support and development. CCSA mission requirements may require relocation to alternate sites and a surge in personnel and extended hours to provide support at alternate sites while maintaining support at primary site (for additional place of performance information refer to attached PWS). All contractors must, at a minimum, have a TOP SECRET security clearance and the contractor shall possess and maintain a TOP SECRET facility clearance from the Defense Security Service (DSS). Responsible small business concerns are to outline their experiences by responding to the questions found within this sources sought that are specific to the requirement in determining small business capability. Areas or tasks where a contractor does not have prior experience should be annotated as such. The following will be evaluated by the Government for all responses: a) Offerors' capability b) Offerors' experience and/or qualification c) Offerors' understanding of the requirement All interested small businesses are to submit their responses to the following questions, 1.Describe your organization's experience and background on providing network security services for an organization with similar requirements as CCSA. PWS 5.2 2.Describe your organization's experience and background on providing Command and Control Information Technology support to a Mission Assurance Category (MAC) Level 1 organization for government programs or applications such as GCCS, CPOF, GECOP, DRRS-A (or variants) in a virtual environment. PWS 1.1, 1.4.2, 5.6, 5.7 3.Describe your organization's experience and background in providing a fully trained, certified, and properly cleared workforce of more than 30 people at the beginning of a new awarded contract. PWS 1.6.1, 1.6.10 4.Describe your organization's experience and background in meeting the required response times for VIP, PREMIUM, and STANDARD customers to ensure required repair times are met during core hours and after core hours. 1.4.1 5.Describe your organization's experience and background on the building teams that can support a Tier II/III user support center. PWS 1.1, 1.4, 1.4.2 6.Provide your organization's experience and background in providing application and database support for applications and programs such as SharePoint, web services, ORACLE, DBA, PKI, Cold Fusion, SCCM) for organizations who have similar missions as CCSA. PWS 1.1, 1.6.10, 5.6, 5.7,5.11, 5.17 Interested small business concerns in NAICS code 541519 with a size standard of $25.5M 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 above. Capability packages must not exceed 20 pages and must be submitted electronically. All contractor information must be submitted no later than 3:00PM EST on 17 May 2012. All interested small businesses that possess the capabilities addressed herein are encouraged to respond to this sources sought notice by providing the information specified within 14 days of this notice. Respondents are requested to submit one electronic copy of the response to SSG Juan Rendon at juan.c.rendon@us.army.mil and CC Ms. Christine Epps at Christine.n.epps2.civ@mail.mil. Include "Desktop and Systems Administration Services" in the subject line, for tracking purposes only. All requests for further information must be sent via e-mail to SSG Juan Rendon. The cutoff date for questions asked to the government is 11 May 2012; by 03:00 PM EST. Telephonic requests for additional information may not be honored. Contracting Office Address: Army Contracting Command National Capital Region, 200 Stovall Street, Alexandria, VA 22332 Place of Performance: Refer to PWS Point of Contact(s): SSG Juan Rendon 703-428-0401
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/618deb1ecfcac8a7b8aea96365a04605)
 
Place of Performance
Address: The Pentagon 23 Street and Crystal Dr Arlington VA
Zip Code: 22202
 
Record
SN02739766-W 20120506/120504235422-618deb1ecfcac8a7b8aea96365a04605 (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.