Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 27, 2010 FBO #3137
SOURCES SOUGHT

R -- R-Provide Custom Computer Programming Services

Notice Date
6/25/2010
 
Notice Type
Sources Sought
 
NAICS
541511 — Custom Computer Programming 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
W91WAW10R0156
 
Response Due
7/8/2010
 
Archive Date
9/6/2010
 
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, Installation Services Directorate, Environmental Division intends to procure services to design, develop, test, integrate, support and implement the Headquarters Army Environmental System (HQAES) material solution as defined in the Statement Of Objectives (SOO) using small business set-aside procedures in accordance with FAR Part 19 or under 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, 8 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 ITES-2S Multiple Award contracts. Only small businesses are to submit capability packages. Interested small business concerns in NAICS code 541511 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 SOO 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, 28 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.What experience does your company have designing, developing, and implementing environmental enterprise reporting systems (ref. SOO Section II)? 2.What experience does your firm have providing the government a detailed Statement of Work (SOW) to develop and deliver an enterprise system that meets the requirements detailed in the Statement of Objectives (SOO) (SOO Section IV(c) 1)? 3.What experience does your company have with Army level activities or equivalent in developing and delivering core capability tools for Program Analysis, Performance Management, Data Collection and Validation, and Enterprise Reporting across multi-disciplinary elements such as the Army Environmental Program (SOO Section IV.a)? 4.What experience does your company have relating to providing an enterprise solution using a system engineering methodology based on an appropriate blend of COTS technologies, and commercial best practices (e.g. ORACLE, SAP etc.) to support current needs, providing flexibility to accommodate changes as business evolves, and preparing a system implementation plan for transitioning from current legacy systems to implementing a COTS/GOTS solution (SOO Section IV.C.3,4)? 5.Does your company have experienced staff (that possesses organization and operational skills for developing the solution in consultation with government functional subject matter experts (SMEs) in environmental media management in addition to an IT project level officer) and sufficient equipment and materials? (SOO Section IV.C.1.a-e)? 6.What experience does the management team have in providing an integrated solution addressing a phased implementation approach? At its core, this approach will use a performance-based acquisition strategy based on effective planning and requirements analysis (SOO Section IV.E.3. 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 not currently require a current (secret) clearance. A written Request for Proposal (RFP) will be posted on or about 9 August 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/2bfa8d8e9d4cfd8478aa5ea01ea7be96)
 
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
 
Record
SN02188950-W 20100627/100625235232-2bfa8d8e9d4cfd8478aa5ea01ea7be96 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.