Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 17, 2025 SAM #8573
SOURCES SOUGHT

99 -- REMIS TIMES2

Notice Date
5/15/2025 11:43:14 AM
 
Notice Type
Sources Sought
 
NAICS
541512 — Computer Systems Design Services
 
Contracting Office
W4LD USA HECSA ALEXANDRIA VA 22315-3860 USA
 
ZIP Code
22315-3860
 
Solicitation Number
W912HQ25S0028
 
Response Due
5/28/2025 7:00:00 AM
 
Archive Date
06/12/2025
 
Point of Contact
Giorgiana Chen, Phone: 7034287131, Doug Pohlman, Phone: 7034286420
 
E-Mail Address
Giorgiana.Chen@usace.army.mil, douglas.e.pohlman@usace.army.mil
(Giorgiana.Chen@usace.army.mil, douglas.e.pohlman@usace.army.mil)
 
Description
This is a SOURCES SOUGHT announcement; market survey for information purposes only, to be used for preliminary planning purposes. No quotes are being requested or accepted with this synopsis. The U.S. Army Corps of Engineers (USACE) - Humphreys Engineer Center Support Activity (HECSA) has been tasked to solicit for an award to provide Real Estate Management Information System (REMIS) Transition, Integration, Maintenance, and Enterprise Support Services (REMIS TIMES2). See attached the draft Statement of Objectives. The corresponding NAICS code is 541512 Computer Systems Design Services. Interested vendors are encouraged to submit a brief capability package. This is open to all business sizes; however, the Government is particularly interested in small business vendors that may be capable of supporting this requirement. The capability packages for this sources sought market survey are not expected to be quotes, but rather statements regarding the company's existing experience in relation to the areas specified in the attached document. The Government is seeking information from qualified 8(a) Alaska Native Corporation (ANC) owned small businesses capable of carrying-out each of the tasks in the draft Statement of Objectives. It is asked that interested parties respond to this sources sought synopsis with the following information: � Organization name or names if a teaming arrangement is proposed, location, CAGE Code, point of contact (email address; phone number). � Socioeconomic Status as reflected in beta.SAM.gov; In order for USACE- HECSA to assess set-aside possibilities under the NAICS code specified above, interested firms shall identify their company as one or more of the following: 1) small business; 2) 8(a) business; 3) HUBZone small business; 4) small disadvantaged business; 5) woman-owned small business; 6) service-disabled, veteran-owned small business; or 7) large business. � Company's capability to provide the required services to include, but not limited to: (1) Comments on the attached draft Statement of Objectives to include comments on technical approach to each of the tasks in the draft Statement of Objectives, proposed technical stack and architecture, minimum personnel required (key professionals and their qualifications). (2) Information regarding the industry standards for the services listed in the draft Statement of Objectives. (3) Is your company capable of providing the following services, as listed in the draft Statement of Objectives? If the answer is yes, please provide 3 examples of work similar in size scope, and complexity with the one listed in the draft Statement of Objectives describing your company�s experience with similar modernization projects for federal agencies. The response should demonstrate your company has knowledge of DoD systems, security requirements, and acquisition processes, experience with Agile methodology in DoD environments. (4) Identify challenges and risks associated with meeting the requirements listed in the draft Statement of Objectives and how your organization would minimize those risks. (5) A rough order of magnitude estimate for the entire scope of the tasks in the draft Statement of Objectives as well as an estimated timeline for implementation. Please note that a small business firm may submit a capability statement that includes the expertise of large business partner companies under a teaming arrangement. If a teaming arrangement is contemplated, then the response to this sources sought must clearly discuss the areas of the draft Statement of Objectives that the small business firm intends to perform and the specific areas that the large business teaming partner intends to perform. This market survey is for informational and planning purposes only and does not constitute a Request for Quote (RFQ). It is not to be construed as a commitment by the U.S. Government. No award will be made as a result of this market survey. All information is to be submitted at no cost or obligation to the Government. The Government reserves the right to reject, in whole or in part, any private sector input as a result of this market survey. The Government is not obligated to notify respondents of the results of this survey. Responses shall not exceed 50 pages, including cover page and attachments. Interested companies shall respond to this sources sought synopsis no later than 10:00 AM ET on 28 May 2025. Responses must be submitted via email to Mr. Douglas E. Pohlman, at Douglas.E.Pohlman@usace.army.mil and Mrs. Giorgiana Chen, at Giorgiana.Chen@usace.army.mil. Questions due date: No later than 10:00 A.M. ET on 14 May 2025. ____________________________________________________ The purpose of Amendment 1 to this RFI is to revise this sources sought announcement as follows: The Government is seeking information from qualified 8(a) Alaska Native Corporation (ANC) owned small businesses and 8(a) Native Hawaiian Organization (NHO) owned small businesses capable of modernizing the existing Management Information System. All other terms and conditions of the RFI stay the same. ____________________________________________________ The purpose of Amendment 2 to this sources sought announcement is to provide answers to the questions received. Question: Response Format � SOO Task Commentary vs. PWS/QASP: Section 3 of the Draft SOO references the submission of a Performance Work Statement (PWS) and Quality Assurance Surveillance Plan (QASP). However, the Sources Sought announcement indicates that the Government is seeking capability statements and comments on the technical approach to the draft tasks, not full proposals. Could the Government clarify whether interested vendors should submit: � A capability package with technical commentary on the draft tasks and objectives; or � A draft PWS and QASP with proposed deliverables, labor categories, and quality metrics? Answer: No quotes or proposals are being requested or accepted with this Sources Sought Notice, therefore a Performance Work Statement (PWS) or a Quality Assurance Surveillance Plan (QASP) are not required. Interested vendors are encouraged to submit a brief capability package that responds to the information requested and questions indicated in the Sources Sought Notice. 2. Question: Comments on Technical Approach: If commentary is preferred over formal proposal artifacts, does the Government have a preferred format (e.g., narrative by task area, annotated SOO, or tabular response) for discussing technical approach, proposed architecture, and key personnel qualifications? Answer: There is no specific format other than the page limits and other information requested and questions indicated in the Sources Sought Notice. 3. Question: Rough Order of Magnitude (ROM): Is the ROM estimate expected to be a total contract value range (e.g., for the full base and option years) or broken down by task and/or contract year? Answer: The Rough Order of Magnitude (ROM) estimate should be for the entire scope of the tasks in the draft Statement of Objectives and include an estimated timeline for implementation, to include the base and option years. All other terms and conditions of the sources sought notice stay the same.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/819cbda3ff7d46eeb3a60e99ea09abbc/view)
 
Place of Performance
Address: USA
Country: USA
 
Record
SN07445434-F 20250517/250515230054 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.