Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 27, 2016 FBO #5360
SOURCES SOUGHT

R -- W52P1J-16-R-ITSS RFI (INFORMATION TECHNOLOGY CONSOLIDATION) - DRAFT PWS

Notice Date
7/25/2016
 
Notice Type
Sources Sought
 
NAICS
541512 — Computer Systems Design Services
 
Contracting Office
Department of the Army, Army Contracting Command, ACC - RI (W52P1J), 3055 Rodman Avenue, Rock Island, Illinois, 61299-8000, United States
 
ZIP Code
61299-8000
 
Solicitation Number
W52P1J-16-R-ITSS
 
Archive Date
9/8/2016
 
Point of Contact
Jeffrey R. Voss, Phone: 3097824265, Vicki J. Carrington, Phone: 3097820663
 
E-Mail Address
jeffrey.r.voss.civ@mail.mil, vicki.j.carrington.civ@mail.mil
(jeffrey.r.voss.civ@mail.mil, vicki.j.carrington.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
DRAFT PWS 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. The Government will not pay for any effort expended in responding to this notice. In an effort to standardize procedures, the U.S. Government is considering consolidation of Information Technology requirements. The intent of this notice is to obtain information from persons, companies, and organizations with a proven track record of success, who are interested and capable of providing the services described below. The anticipated period of performance will be one base year and three to four one-year options periods. The NAICS codes are 541512, 541513, and 541519. Vendors are requested to submit a capability statement confirming if they can perform any of the services listed as one requirement. This includes: a. State whether your firm has experience as it relates to the scope of IT requirements a in the main body of paragraphs 1 and 2, provide the specific example(s), and identify whether your firm acted as the prime vendor or a subcontractor. b. Provide responses to questions 1a through 1f, and if responses are positive, provide specific example(s) of this experience and identify whether your firm acted as the prime vendor or a subcontractor. No cost or pricing information should be provided. Any cost or pricing information received will be deleted and destroyed. Responses will be considered privileged commercial information and protected from disclosure under exemption (b)(4) of the Freedom of Information Act. Responses will not be shared outside the U.S. Government and U.S. Government support contractors. Responses will not be returned. No classified or FOUO information should be included in your response. Below are description summaries. 1. Information Technology Contingency Support (Accompany the Force): This requirement is to provide IT Support and Services within any DoD Theater to support Army Sustainment Command's Title 10, Title 32, Defense Support to Civil Authority, or Humanitarian Assistance missions worldwide. The mission requires the flexibility to react to short-term manning requests for IT Service and Support that could involve being prepared to deploy trained and certified personnel with the proper security clearances and technical certifications to a contingency area within a 4-5 day time frame. It includes performing work necessary to configure, integrate, maintain or modify NIPRNET (Unclassified), SIPRNET (classified), and /or Coalition (CENTRIXS) (classified) end-user equipment, servers, and Voice Over Internet Protocol (VOIP) hardware; technical support services, network support (LAN/WAN) and system administration; telecommunications, and information assurance and cyber security; continuity of operations and disaster planning; system software and hardware support and maintenance; IT asset management, entitlement management, and mobile computing device support; configuration and operation of secure and unsecure video-teleconferencing systems, which may involve multiple makes/types of codecs, MCUs, and/or soft-client solutions. Work locations could include Camp Arifjan, Kuwait, Camp Buehring, Kuwait, Bagram Airbase, Afghanistan, Kandahar Airfield, Afghanistan, Camp As Saliyah, Qatar, and other designated contingency areas, worldwide. a. Does your firm have recent successful experience registering Information Technology Support Staff credentials in the Army Training and Certification Tracking System? If so, please provide contract information and specific examples. b. Does your firm have experience mitigating Information Assurance Vulnerability Alerts within an Army or DoD network enclave? If so, please provide contract information and specific examples. c. Does your firm have experience managing users on a DISA-hosted Multinational Information System? If so, please provide contract information and specific examples. d. Does your firm have experience supporting requirements in the EUCOM theater that involves TESA designations for foreign workers? If so, please provide contract information and specific examples. e. Does your firm have experience supporting requirements in the CENTCOM theater that involves processing personnel through a U.S. Army Combat Replacement Center, and applying for government-provided life support, worker visas, and business licensing requirements for Afghanistan, Qatar, or Kuwait? If so, please provide contract information and specific examples. f. Does your firm have experience supporting DoD requirements in the Republic of Korea involving the Invited Contractor and Technical Representative Program? If so, please provide contract information and specific examples. 2. Non-Contingency Information Technology (IT) support of the ASC mission worldwide (Multiple CONUS and OCONUS locations): Requirement is in a garrison environment supporting both classified and unclassified networks and systems and may include, but is not limited to, performing work necessary to configure, integrate, maintain or modify NIPRNET (Unclassified), and SIPRNET (classified), end-user equipment, servers, and Voice Over Internet Protocol (VOIP) hardware; network administration and support and system administration; telecommunications; information assurance and cyber security; continuity of operations and disaster planning; system software and hardware support and maintenance; information asset management, mobile computing device support; configuration and operation of secure and unsecure video-teleconferencing systems, to include multiple makes/types of codecs, MCUs, and/or soft-client solutions. This work primarily involves contract task areas relevant to NAICS codes 541512, 541513, and 541519. Work locations could include Ft. Bragg, NC; Ft. Stewart, GA; Ft. Carson, CO; Ft. Hood, TX; Ft. Bliss, TX; Kaiserslautern, Germany; Vilseck, Germany; Grafenwoehr, Germany; Mannheim, Germany; Ft. Shafter, HI; Schofield Barracks, HI; Camp Henry, Korea; Yongsan, Korea; Camp Humphries, Korea; Tongduchon, Korea; and other installations within the Republic of Korea. Only 8(a) firms are to submit capability packages. The capability packages for this sources sought are not expected to be proposals, but rather statements regarding the company's existing experience in relation to the specific requirements. Capability packages must not exceed ten (10) pages and must be submitted electronically in PDF format. Responses to this Sources Sought must be submitted by email to the POCs identified above by 1000 Central Time on August 24, 2015. No solicitation mailing list will be compiled. Please place the RFI number for this announcement, and only the RFI number in the subject line of your email. All relevant information shall be included in the PDF attachment; other information such as the body of the email message will be discarded and not reviewed. You will receive a confirmation that your message has been received.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/20edfb25798fff6975010185cf163d16)
 
Place of Performance
Address: ACC - Rock Island (ACC-RI), ATTN: AMSAS-AC, Rock Island, Illinois, 61299, United States
Zip Code: 61299
 
Record
SN04194758-W 20160727/160725235729-20edfb25798fff6975010185cf163d16 (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.