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
MODIFICATION

R -- Business Administration Support for U.S. ARMY INFORMATION TECHNOLOGY AGENCY (USAITA)

Notice Date
5/4/2012
 
Notice Type
Modification/Amendment
 
NAICS
541511 — Custom Computer Programming Services
 
Contracting Office
ITEC4, NCR PARC (NCR-CC), Directorate of Contracting, 2461 Eisenhower Avenue, Alexandria, VA 22331-0700
 
ZIP Code
22331-0700
 
Solicitation Number
W91QUZ12RBS
 
Archive Date
5/4/2013
 
Point of Contact
Grant Njoku, 703-325-1610
 
E-Mail Address
ITEC4, NCR PARC (NCR-CC)
(grant.i.njoku@us.army.mil)
 
Small Business Set-Aside
N/A
 
Description
This pre-solicitation notice is posted in accordance with Federal Acquisition Regulation 5.204 (15 days). The Army Contracting Command - National Capital Region (ACC-NCR) at Hoffman II, on behalf of the Business Administration Support for U.S. ARMY INFORMATION TECHNOLOGY AGENCY(USAITA). The intent of the USAITA is to be a customer-focused service provider that provides, manages, operates, and maintains Information Technology shared services for the Pentagon Area and select agencies and organizations in the National Capital Region (NCR). The Department of Defense Directive stated that USAITA was to be the central source for IT services, and therefore eliminate the requirement for each Department of Defense component to establish, operate and maintain duplicative technology. The policy also explicitly directed USAITA to manage costs, as the directive outlined the responsibility to operate as a business, and continually evaluate new commercial alternatives to providing existing capabilities in the interest of finding cost savings. USAITA is a field-operating agency under the operational control of the Army's Office of the Administrative Assistant. USAITA is an Information Technology (IT) service provider, and provides a range of shared services to the National Defense community. USAITA's customer base consists primarily of Department of Defense services and agencies inside of the National Capital Region (NCR). The Draft solicitation document is subject to change prior to release of the final RFP. The requirement is being prepared in accordance with the format FAR Part 15 and is anticipated to be a full and open competitive solicitation. The associated NAICS code is 541511. The size standard is $25 Million. The Government anticipates awarding a single award contract from the final solicitation. The period of performance is TBD. Industry comments and questions are due 3 May 2012 at 11:00 PM EST. Comments and questions regarding this DRAFT Solicitation shall be e-mailed to Grant Njoku at grant.i.njoku.civ@mail.mil. No information or answers to questions concerning this Request for Proposal (RFP) will be provided via telephone. All responses will be posted on the FedBizOps website as modifications to this combined Synopsis/Draft Solicitation. Please see the attached Draft Solicitation along with its attachments for preliminary information on the proposed acquisition. The final solicitation is anticipated to be released on or around 12 May 2012. Additional Information: Questions and comments received from potential offerors are provided and answered below: Question 1: This looks similar to the sources sought notice [W91QUZ-12-S-0000], issued on February 28, 2012. Can you confirm that this is part of the same initiative? Response 1: Yes, this requirement is the same initiative. The sources sought notice, as was stated, was issued to see if there were two or more small businesses that were capable of performing this requirement as part of our market research. Question 2: Will this opportunity have a small business component? Response 2: As stated within the draft solicitation, it provides for small business participation. Question 3: Is this still a Small Business Set-Aside or has it been changed to Full and Open? Response 3: This requirement was never set aside for small business. This is a full and open competition, as the information in the draft solicitation identifies. Question 4: Regarding the above requirement, would you mind providing the incumbent contract number as referenced in the Draft PWS? Also, does the Contracting Officer have an anticipated timeframe for releasing the final RFP? Response 4: The final solicitation will be issued on or about 5/12/2012. Question 5: On the contract listed above, it was a sources sought back in Feb 2012 on fedbizopps as a total small business set aside; however on the ASFI, it is listed as unrestricted, which is correct? Response 5: As stated from the question above, this requirement was never a total small business set-aside. The source sought notification from February was to determine whether or not there were capable small businesses. This requirement is a full and open competition, as identified in the synopsis and the draft solicitation. Question 6: Can you provide me name of the current contractor who is providing business support services, contract value, and number of full time employees working on the contract? Also, is this competition set aside for small businesses or it is full & open? Response 6: The incumbent contractor is Booz Allen Hamilton. This requirement is a full and open competition, as identified in the synopsis and the draft solicitation. *Please note that synopsis will be closed on 5/11/2012. Potential vendors were provided this synopsis opportunity to read the draft solicitation and present any questions, comments, and suggestions regarding the solicitation within seven days after posted date of synopsis.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/96767e4bf50eaf367aa7e8074f672a2c)
 
Record
SN02739954-W 20120506/120504235641-96767e4bf50eaf367aa7e8074f672a2c (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.