SOURCES SOUGHT
70 -- Mailroom Document Management System
- Notice Date
- 1/2/2007
- Notice Type
- Sources Sought
- NAICS
- 334119
— Other Computer Peripheral Equipment Manufacturing
- Contracting Office
- Department of the Army, Multi-National Forces Iraq, Joint Contracting Command Iraq, JCCIA - Reconstruction (Oil Sector), PCO Annex Baghdad, APO, AE, 09348, IRAQ
- ZIP Code
- 00000
- Solicitation Number
- W91GXX-07-R-0001
- Response Due
- 1/14/2007
- Archive Date
- 1/29/2007
- Point of Contact
- Robert Heiden, Contract Specialist, Phone 703-544-1532, Fax null, - William Lockard, Oil Sector Chief, Contracting Officer, Phone 703-544-6901 , Fax null,
- E-Mail Address
-
robert.heiden@pco-iraq.net, william.lockard@pco-iraq.net
- Description
- This is a sources sought notice only. Interested parties may identify their interest and capability to respond to this requirement via email to Lt Bob Heiden at robert.heiden@pco-iraq.net on, or before, Friday 14 January 2007 at 11:00 p.m. E.S.T. A determination by the Government to compete this proposed action based upon responses to this notice is solely within the discretion of the Government. Information received will be considered for informational purposes only and may be used to develop an acquisition strategy for this particular request. Please direct any questions to Lt Bob Heiden at the email address specified above. Description: This requirement is part of the National Capacity Development (NCD) program that supports strengthening the institutional capacity of the Government of Iraq (GOI). The NCD program supports key ministries within the GOI. The place of performance will be the Council of Ministers Secretariat (COMSEC) within the International Zone in Baghdad, Iraq. The contractor shall provide, install and configure a mailroom documentation management system to include hardware, software (brand name or equal to Xerox Docushare), and on-the-job training as described in the attached Statement of Work. The contractor will also conduct a limited review of the customer's existing network infrastructure (specified in the 2nd attachment) and provide recommendations as necessary to execute the contractor's document management system (i.e., similar to what is normally provided at no cost to commercial and/or government potential customers.) The recommendations could include upgrades, reconfiguration, etc. The compatibility of the contractor's proposed document management system must meet the outlined technical specifications in the SoW and the attached network infrastructure. If it is necessary for the end user to upgrade or reconfigure their existing system the contractor shall provide that information within their proposal to the best of their knowledge. The end user is by no means looking to revamp their existing network system, they are merely looking for compatibility within their existing system or if an upgrade or reconfiguration is needed that the contractor make that known in their proposal. The Statement of work describes in detail the deliverables required by the contractor including the hardware (computers, scanners, server, etc.), software (Xerox Docushare or equal), and training. The number of users will be between 50 and 100 and will be verified by the initial evaluation of the current COMSEC system and will be specified as an exact number in the Request for Proposal. At this time, please price out the number of users as follows: 50, 75, 100 users. All interested parties, please review the attached Statement of Work and Network Infrastructure and respond to this sources sought notice with a detailed description of your document management system, the required hardware to go along with it, and the training you can provide. All questions shall be answered and any further pertinent information will be provided as the Government sees fit. Please provide pricing with your proposals. Contract Type: This contract will be a Firm Fixed Price contract Commercial Supplies/Services: This procurement will use Simplified Acquisition Procedures IAW FAR Subpart 13.5. Award: The award will be made using the Best Value Determination method of award IAW FAR 15.101. The Award will be made to the offeror whose proposal represents the best value (see 2.101) where price is a substantial factor in source selection. There is potential at this point to consider socio-economic factors (Iraqi owned/based firm) into the best value determination for award depending on whether or not an Iraqi firm can fully meet this requirement (Iraqi First Program) and IAW FAR 8.405-5. 52.232-18 -- Availability of Funds. Funds are not presently available for this contract. The Government?s obligation under this contract is contingent upon the availability of appropriated funds from which payment for contract purposes can be made. No legal liability on the part of the Government for any payment may arise until funds are made available to the Contracting Officer for this contract and until the Contractor receives notice of such availability, to be confirmed in writing by the Contracting Officer.
- Place of Performance
- Address: International Zone, Baghdad
- Zip Code: 09348
- Country: IRAQ
- Zip Code: 09348
- Record
- SN01204450-W 20070104/070102220045 (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 |