Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 23, 2015 FBO #4808
MODIFICATION

D -- RFI - Operations, Maintenance and Supply-Europe; IT Support and IT Services

Notice Date
1/21/2015
 
Notice Type
Modification/Amendment
 
NAICS
541513 — Computer Facilities Management Services
 
Contracting Office
ACC-APG - Fort Huachuca, ITEC4 Contracting, Bldg. 61801, Room 3212, Fort Huachuca, AZ 85613-5000
 
ZIP Code
85613-5000
 
Solicitation Number
W91RUS17OPMAS
 
Response Due
2/16/2015
 
Archive Date
3/22/2015
 
Point of Contact
Daniel J. Octaviano, 520-538-5948
 
E-Mail Address
ACC-APG - Fort Huachuca
(daniel.j.octaviano.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
Request for Information/Sources Sought Synopsis Description: The U.S. Army Contracting Command (ACC) Aberdeen Proving Ground (APG), Huachuca Division is seeking information on business sources that can provide non-personal service support synopsized below. Synopsis: This requirement is to provide non-personal on-site Contractor support and functional area expertise for Information Technology (IT) Support and IT Services to support the mission of the 5th Signal Command/USAREUR G6 within the U.S. Army Europe (USAREUR), U.S. European Command (EUCOM), and U.S. Africa Command (AFRICOM) Areas of Responsibility (AORs). The Contractor shall provide operations, maintenance and supply support of communications and information systems under the purview of the 5th Signal Command and its subordinate units, and other military services and customers of the 5th Signal Command. The Contractor shall provide all management, administration, personnel, services, parts, supplies, tools, overtime, travel, training, and equipment required to perform the operation, maintenance, and repair of communication facilities, systems, and equipment (Government-Furnished Property (GFP)), and Government-provided services as stated herein). The Contractor shall also perform installation and de-installation of equipment, perform supply functions, and provide logistics support. The Contractor shall use Government-provided transportation to move equipment. Current locations and systems to be supported are specified in the Appendices to this PWS. The purpose of this synopsis is to gain knowledge of interest, capabilities, socio-economic information, and qualifications of members of the business community who can support this requirement. Responses to this sources sought synopsis will be used by the Government to make appropriate determinations about potential sources only. A solicitation is not currently available at this time. The anticipated contract type is a hybrid contract with majority being Firm-Fixed-Price and will include Cost-Plus-Fixed-Fee and Cost line items. It is anticipated that the effort will be for a three (3) month phase-in, a nine (9) month base year, and four (4) twelve (12) month option periods starting sometime in FY2016. The proposed North American Industry Classification Code 541513, Computer Facilities Management Services. The Product Service Code is D307 - Automated Information System Design and Integration Services. A responding company must demonstrate the willingness and capability to provide the service identified in this Sources Sought to help the Army determine prospective contractors. Submissions: The draft performance work statement is attached. The Government is requesting input on the draft performance work statement. Please provide any comments to the draft performance work statement as a separate document. No reimbursement will be made for any costs associated with providing information in response to this synopsis or any follow-up information requests. Please address each of the following by restating them and providing your response under each one. 1)Company Name: Address: DUNS: CAGE Code: 2)Point of Contact to include name telephone number and e-mail address. 3)Address your capabilities to accomplish the service and provide highlights of successful past performance on similar government contracts within the past three years. List the name of the contract, contract number, and assigned Administrative Contacting Officer's (ACO) name and phone number for past experience. 4)Describe your current capability and experience in regard to those identified in the draft Performance Work Statement (PWS). 5)Please identify (with rationale) if your company believes that a hybrid pricing arrangement is not the most appropriate for this type of requirement and if not describe your recommendation. 6)Identify your company's socioeconomic and size standard given the NAICS code above. 7)If you identify your company as a Small Business, please indicate (with supporting rationale) if/how your company would be in compliance with the restrictions identified in sub-paragraph (c)(1) of Federal Acquisition Regulation (FAR) Clause 52.219-14 (which states that at least 50 percent of the cost of contract performance incurred for personnel shall be expended for employees of the concern (meaning your company). 8)If your company is a large business please explain how you will utilize small business. Please include a realistic small business goal for the work depicted in the draft PWS in various socioeconomic categories. Technical capability statements can be submitted in your own format, addressing items 1-8 above, and shall be 10 pages or less. NOTE: This is not a request for proposal nor is the technical capability statement considered to be a proposal. No reimbursement will be made for any costs associated with providing information in response to this synopsis or any follow-up information requests. The PWS and any other attachment to this Sources Sought are draft documents and changes will be made in the future. Responses are due by 12 p.m., Mountain Standard Time (MST) on 16 February 2015. Please send information via e-mail to Ms. Kimberly Ogden, Contracting Officer, at kimberly.a.ogden.civ@mail.mil and Mr. Dan Octaviano, Contract Specialist at daniel.j.octaviano.civ@mail.mil. Telephone responses will not be accepted. Responses must come electronically or by mail. All responses shall be unclassified and reviewed (prior to submission to the Government) to ensure that there are no operational sensitivities. Prospective vendors must be registered in the System for Award Management (SAM) at https://www.sam.gov/portal/SAM/#1. Response Date:16 February 2015 Response Due Time:1200 hours/12:00 PM Time Zone Due:Mountain Standard Time Attachments: Attachment 1: Draft DD254 Attachment 2: Draft PWS Attachment 3: Draft Appendices
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/e41397f8c6d9d747722cac5b4df9848e)
 
Place of Performance
Address: ACC-APG - Fort Huachuca ITEC4 Contracting, Bldg. 61801, Room 3212 Fort Huachuca AZ
Zip Code: 85613-5000
 
Record
SN03621386-W 20150123/150121235320-e41397f8c6d9d747722cac5b4df9848e (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.