SOURCES SOUGHT
R -- R-Computer Systems Design Services
- Notice Date
- 6/25/2010
- Notice Type
- Sources Sought
- NAICS
- 541512
— Computer Systems Design Services
- Contracting Office
- Contracting Center of Excellence (NCR-CC), ATTN: Policy and Compliance, 5200 Army Pentagon, Room 1D245, Washington, DC 20310-5200
- ZIP Code
- 20310-5200
- Solicitation Number
- W91WAW10R0155
- Response Due
- 7/7/2010
- Archive Date
- 9/5/2010
- Point of Contact
- Linda Jackson, 703-000-000
- E-Mail Address
-
Contracting Center of Excellence (NCR-CC)
(linda.jackson@hqda.army.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- 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 US National Capital Region Contracting Center (NCRCC) formerly The Army Contracting Command, Contracting Center of Excellence (CCE) at Hoffman II, on behalf of the Assistant Chief of Staff for Installation Management, Department of the Army, intends to procure Systematic Support Services for the Operations and Maintenance of the Army Stationing and Installation Plan (ASIP) database using small business set-aside procedures in accordance with FAR Part 19 or CHESS, ITES-2S Multiple Award Contracts. If at least two small business concerns are determined by the Government to be capable of performing this requirement based on the evaluation of the capability packages submitted by (3:00 PM EST, 7 July 2010), the requirement will be solicited as a 100% set-aside for small business concerns in accordance with FAR Part 19. If capability packages are not received from at least two responsible small business concerns in accordance with FAR Part 19 by the response date or if the Government determines that no small business concerns in accordance with FAR Part 19 are capable of performing this requirement based upon an evaluation of the capability packages submitted; this requirement will be solicited under CHESS, ITES-2S Multiple Award Contracts. Only small businesses are to submit capability packages. Interested small business concerns in NAICS code 541512 with a size standard of 25 Million dollars are encouraged to submit their capability packages. The capability packages for this sources sought market survey are not expected to be proposals, but rather statements regarding the companys existing experience in relation to the areas specified in the PWS. Capability packages must not exceed 10 pages, Times New Roman, 11 pitch and must be submitted electronically. All contractor questions must be submitted no later than 11:00 am EST, 29 June 2010). Small business concerns are to outline their experiences in the following (Areas or tasks where a contractor does not have prior experience should be annotated as such.) 1. Does your company have at least one (1) to three (3) years of functional and technical experience with Army (Active and Reserve Component) installation management systems (example: Army Stationing and Installation Plan (ASIP)) and force structure databases (example: Structure and Manpower Allocation System (SAMAS))? PWS, Par 1.6.18.3 2. Does your company have technical staff with at least one (1) year of experience with data analysis and integration using FoxPro and Oracle key? PWS, Para 1.6.18.5. 3. What level of functional and technical experience does your firm have in developing and maintaining Oracle databases, web-based applications, and integrating data from multiple official data sources (as listed in ASIP PWS Appendix A) into one application? (similar to: ASIP PWS Appendix A) 4. What amount and type of experience does your company have with providing hands-on training of automated systems? PWS, Par 5.5 5. What amount and type of experience does your company have with providing customer help line support of an automated system? PWS, Par 5.3.2.1 To assist us in maintaining a list of interested small business concerns for this potential procurement, please provide your companys name, point of contact (POC), address, phone number, and business size under the above NAICS code to (Linda Jackson, Contract Specialist for this procurement. A Firm Fixed Price type of contract is anticipated. The anticipated period of performance will be 12 months base period with three (3) 12 month option periods. The place of performance will be the Assistant Chief of Staff, Pentagon, Washington, DC. Contractor personnel will require a current (secret) clearance. A written Request for Proposal (RFP) will be posted on or about 26 July 2010. The RFP must be retrieved and downloaded from FEDBIZOPPS. No hard copies of the RFP will be issued. All amendments will be posted and must be retrieved from this website. Responses to the RFP must be submitted by email to the POC identified below. No solicitation mailing list will be compiled. Contractors are responsible for all costs for submitting their capability packages. POC is Linda Jackson at linda.jackson6@us.army.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/c487535aaa26607820b37210903ebfcf)
- Place of Performance
- Address: Contracting Center of Excellence (NCR-CC) ATTN: Policy and Compliance, 5200 Army Pentagon, Room 1D245 Washington DC
- Zip Code: 20310-5200
- Zip Code: 20310-5200
- Record
- SN02188924-W 20100627/100625235218-c487535aaa26607820b37210903ebfcf (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 |