SOURCES SOUGHT
D -- Base Operation Command, Control, Communication, andComputers/Information Technology (C4/IT) Support
- Notice Date
- 5/24/2010
- Notice Type
- Sources Sought
- NAICS
- 541519
— Other Computer Related Services
- Contracting Office
- Fort Sam Houston Contracting Center - West, Directorate of Contracting, 2107 17th Street, Bldg. 4197, Fort Sam Houston, TX 78234-5015
- ZIP Code
- 78234-5015
- Solicitation Number
- DOIM018844
- Response Due
- 6/1/2010
- Archive Date
- 7/31/2010
- Point of Contact
- Karon Martin, (210) 221-5016
- E-Mail Address
-
Fort Sam Houston Contracting Center - West
(karon.martin@us.army.mil)
- Small Business Set-Aside
- N/A
- Description
- This is NOT a Request for Proposal (RFP) nor Invitation for BID (IFB). This Sources Sought Survey is seeking to identify potential contractors who can provide Information Technology service to augment Command, Control, Communication, and Computer Information Technology (C4/IT) support for Network Enterprise Center (NEC) customers on and off the Fort Sam Houston installation. Fort Sam Houston is moving to Joint Basing and C4/IT communication support will be a critical element necessary to prepare for Base Realignment growth. The contractor shall provide on-site support to the NEC to meet the Armys enterprise infrastructure and info-structure goals. The contractor shall provide contractor staffing to perform comprehensive maintenance and operational support of the environment, and work with NEC staff on Non-secure Internet Protocol Router Network (NIPRNET) and Secret Internet Protocol Router Network (SIPRNET) operational requirements. Contractor support is required to support both the maintenance of the environment and any continued expansion to support additional customer base. The contract shall support fluctuations in requirements that will potentially increase the workload. The fluctuations in workload are anticipated to be required for up to an additional 23% of the overall normal requirement for the total support described herein. The contractor shall provide additional levels of support as described in the Option Items of the bid schedule. The normal workload at the time of award will be augmented as priced in the bid schedule. The contractor will have a period of 10 days after Contracting Officer's signature on a formal modification/exercise of the option items for surge support to begin operating at the increased level of support. Should the surge requirement decrease the task order may be modified to adjust the level of effort accordingly. It is the Governments intention to award a Firm Fixed Price contract which is expected to have a base period of performance of 12 months, with four 1-year options for a total maximum duration of 60 months. Source Selection procedures will be used and award may be made to the offerors whose proposals are (or offeror whose proposal is) the most advantageous and offers the best value to the government, price and other factors considered. Responses shall be limited to FIVE PAGES (FRONT ONLY) and shall include: 1) Company profile to include number of employees, DUNS/CAGE Code number, and a statement regarding current small business (socio-economic) status; 2) Capability of providing a work force composition (qualified and experienced personnel with appropriate skills) that can support the entire scope of this contract effort with sufficient depth to perform tasks of varying complexity while performing at least 51 percent of the work; 3) Capability to provide services, 4) Capability to work multiple (two or more) requirements simultaneously; 5) A brief outline of resources, subcontractors, and key personnel that would be used to accomplish the contract and any relevant/similar past performance since 1 October 2008; 6) Financial capability to provide materials and services up to 90 days while awaiting payments and acknowledgement that construction or performance bonds may be required; and 7) Capability to begin performance upon contract award. The Government will not award a contract based on this Sources Sought Survey, the information received, nor reimburse participants for information they provide. Information provided is strictly voluntary. These written responses are to be directed to both Mr. Michael L. Hollon, Contracting Officer, 210.221.3959 michael.hollon@us.army.mil and Mrs. Karon Martin, Contract Specialist, 210.221.5016 karon.martin@ us.army.mil. Responses may also be FAXED to either 210. 221.4452 or 210.221.3285. NO REQUESTS FOR A CAPABILITIES BRIEFING WILL BE HONORED. ONLY WRITTEN QUESTIONS WILL BE CONSIDERED. karon.martin@us.army.mil 2107 17th Street, Bldg. 4197 Fort Sam Houston TX ***This sources sought is to determine interest, capability and capacity which will be used to determine a possible small business set-aside.***
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/ff7dd140cafc68f839a26fea4eaa07a0)
- Place of Performance
- Address: Fort Sam Houston Contracting Center - West Directorate of Contracting, 2107 17th Street, Bldg. 4197 Fort Sam Houston TX
- Zip Code: 78234-5015
- Zip Code: 78234-5015
- Record
- SN02158158-W 20100526/100524234517-ff7dd140cafc68f839a26fea4eaa07a0 (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 |