MODIFICATION
D -- Amendment 0001 - Notice of Proposed Consolidation of Contract Requirements: Operations, Maintenance and Supply - Europe (OPMAS-E) and Europe - Theatre Network Operations and Security Center (E-TNOSC)
- Notice Date
- 12/30/2010
- Notice Type
- Modification/Amendment
- NAICS
- 541513
— Computer Facilities Management Services
- Contracting Office
- ITEC4, Fort Huachuca DOC (NCR-CC), ITEC4 Contracting, Bldg. 61801, Room 3212, Fort Huachuca, AZ 85613-5000
- ZIP Code
- 85613-5000
- Solicitation Number
- W91RUS-CONSOLIDTN
- Response Due
- 1/27/2011
- Archive Date
- 3/28/2011
- Point of Contact
- Alex Iglesias, 5205386337
- E-Mail Address
-
ITEC4, Fort Huachuca DOC (NCR-CC)
(alex.iglesias@us.army.mil)
- Small Business Set-Aside
- N/A
- Description
- This modification is issued to correct the original submission. There will be no separate attachment as previously stated in the original announcement. The entire presolicitation notice follows below. The National Capital Region Contracting Center, Division C, Fort Huachuca, AZ is researching the possibility of consolidating two previously separate requirements (OPMAS-E & E-TNOSC) under one solicitation on a competitive basis with the NAICS code of 541513, Computer Facilities Management Services. The Government anticipates the successful realization of measurably substantial benefits through the action of consolidation. The United States Army, 5th Signal Command currently has two tactical and strategic communications contracts which have been supporting their missions: OPMAS-E: Provides Information Technology (IT) Support and IT Services to support the U.S. Army Europe (USAREUR), U.S. European Command (EUCOM), and U.S. Africa Command (AFRICOM) Areas of Responsibility (AORs). Support includes operation, maintenance and supply support of communications and information systems under the purview of the 5th Signal Command and its subordinate units, and other military services and customers of the 5th Signal Command. All management, administration, personnel, services, parts, supplies, tools, overtime, travel, training, and equipment required to perform the operation, maintenance, and repair of communication facilities, systems, and equipment. The Contractor also performs installation and de-installation of equipment, perform supply functions, and provide logistics support. E-TNOSC: Provides on-site, off-site, and remote networking and IT services to conduct network, systems, and security management to augment NETCOM/9th SC(A), 5th Signal Command/U.S. Army E-TNOSC. IT support is provided to the Army E-TNOSC at Funari Barracks, Mannheim Germany, and its outlying areas. Support consists of installing, operating, administering, and maintaining various network management and security monitoring systems, operating systems and network application systems installed in the E-TNOSC or maintained by the E-TNOSC at various sites. Support provider shall have and maintain personnel with requisite training, experience, and skills to perform surveillance and management of assigned telecommunications and information systems. The E-TNOSC environment supported includes any hardware, software, application, tool, system, or network used by the Government, whether developed, leased or commercially purchased; including legacy, current, and new systems at various lifecycle stages, and any future applications/systems not currently identified. Prospective contractors are requested to submit a narrative of their own format, no longer than five pages long, that: (1)identifies the prospective contractor (business name, business size (large, small, 8a, etc.), point of contact (including e-mail address), telephone number, and identify the nature of the proposing entity (e.g., joint venture, limited liability corporation, etc.) (2)describes the prospective contractor's capabilities, relevant experience and corporate resources, within the last 3 years, to perform a contract of the size and complexity of this procurement (the listing of each experience, Government or commercial, should include (a) name of project (b) brief description of project (c) contract or project number (d) client/customer point of contact (name, address, phone number, e-mail address) (e) dollar value of the contract/project (f) period of performance of the contract/project and (g) relevance of contract/project to this requirement (3)provide input/suggestions on the use of NAICS code 541513 Computer Facilities Management Services or any alternatives, along with input/suggestions on the appropriateness of the anticipated use of a hybrid contract type utilizing both Cost-Plus-Fixed-Fee (CPFF) with some Firm-Fixed-Price (FFP) line items. Please inform us in your response if you do not want your company name released. In accordance with FAR 15.201(e), responses to this notice are not to be considered as a request for proposal, request for quotation or an invitation for bid, nor does its issuance obligate or restrict the Government on its eventual acquisition approach. Neither unsolicited proposals nor any other kind of offers will be considered in response to this request for information. A Draft Request for Proposal is anticipated to become available in the near future and shall be linked to this announcement. Phone calls will not be accepted. Information requested in this notice shall be submitted, via email, no later than 10 a.m. MST, January 27, 2011. All information received from this notice shall be used for planning and market research purposes only. The Government shall not pay for the preparation of any information submitted or use of such information. Acknowledgement of receipt of responses will not be made, nor will respondents be notified of the evaluation of the information received. Point of Contact: Alex Iglesias Contract Specialist alex.iglesias@us.army.mil
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/3458656e233ff62b938a0bbded1f6f52)
- Place of Performance
- Address: ITEC4, Fort Huachuca DOC (NCR-CC) ITEC4 Contracting, Bldg. 61801, Room 3212 Fort Huachuca AZ
- Zip Code: 85613-5000
- Zip Code: 85613-5000
- Record
- SN02352396-W 20110101/101230233625-3458656e233ff62b938a0bbded1f6f52 (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 |