SOURCES SOUGHT
D -- Army OneSource (AOS) Web System
- Notice Date
- 1/20/2011
- Notice Type
- Sources Sought
- NAICS
- 541511
— Custom Computer Programming 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
- W9124JARMYONESOURCE
- Response Due
- 2/4/2011
- Archive Date
- 4/5/2011
- Point of Contact
- LaTischa Castro, 210-221-4145
- E-Mail Address
-
Fort Sam Houston Contracting Center - West
(latischa.castro@us.army.mil)
- Small Business Set-Aside
- N/A
- Description
- The Mission and Installation Contracting Command Center - Fort Sam Houston is conducting market research to determine the extent of small business sources capable of performing as prime contractors to perform custom IT Services for the Army OneSource (AOS) Web System. This is neither a solicitation announcement, nor a Request for Proposals (RFP) or Invitation for Bids (IFB) and does not obligate the Government to any contract award. Responses to this Sources Sought notice are for PLANNING PURPOSES ONLY. The purpose of this Sources Sought Notice is to determine interest and capability of potential qualified small business firms relative to the North American Industry Classification Code (NAICS) 541511, Custom Computer Programming Services. The small business size standard is $25M. The Government will use responses from this sources sought synopsis to make an appropriate acquisition decision about soliciting this requirement. The anticipated contract will be a firm-fixed price contract. The anticipated period of performance is one base year of 12 months from date of award with 3 one-year options. It is anticipated the Contractor shall commence full performance within 60 days from award of contract. Project Information: The primary purpose of this contract is to technically enhance a robust and easily navigable web portal for communications, information retrieval, awareness, and training services/support and data storage (with queries capabilities) for the (www.myarmyonesource.com) web portal. The required tasks will result in enhancement for approximately ninety-five (95) active Army installations (U.S. and Overseas), fifty-four (54) National Guard sites, Accessions Command (Cadet/USAREC) and thirteen (13) U.S. Army Reserve Family Readiness Offices at the U.S. Army Reserve Regional Support Command Level. The required tasks will result in enhancement of the existing websites, the development of customized applications and functionality, web and conference training, and the continued deployment of the "Army OneSource" web portal. Respondents are urged to review the attached draft Performance Work Statement (PWS). Responses to this sources sought shall be limited to 20 pages and shall include the following: 1. Company profile to include company name, annual revenue history, office location(s), DUNS/CAGE Code number, email address, number of employees, and a statement regarding current small/large business status (i.e. - certified 8(a), Service Disabled Veteran-Owned (SDVOSB), Woman-Owned, or certified HubZone). 2. Name, title, address, phone number, email address of company point of contact. 3. Interest and capability to provide qualified and experienced personnel to support all tasks in the performance work statement. 4. Management approach to staffing this effort with qualified personnel. 5. If a solicitation for this effort were issued, would your company submit a proposal as a prime contractor or as a subcontractor? 6. If you intend to propose as a prime contractor on this effort, can your company perform at least 50 percent of the required estimated work involved? 7. Prior/current experience performing efforts of similar size and scope within the last three years, including contract number, organization supported, indication of whether a prime or subcontractor, contract value, Government/customer point of contact with current phone number and email address, and a brief description of how the referenced contract relates to the services described herein. 8. Primary risk areas and/or potential issues associated with an acquisition of this type. How do you propose to mitigate any risk(s)? Respondents shall note that the Government will not return any information submitted in response to this notice. The Government is not responsible for any costs incurred by respondents regarding any responses to this notice. Responses to this sources sought notice shall be submitted to the POC below, preferably via email address (PDF or MS Word Format), no later than 4 February 2011. Responses shall be sent via email to LaTischa Castro at latischa.castro@us.army.mil or by mail to: Mission and Installation Contracting Command Center - Fort Sam Houston, ATTN: LaTischa Castro, 2107 17th Street, Suite 15, Fort Sam Houston, Texas 78234-5015. Questions shall be submitted via email to the POC above. Telephone inquiries will not be entertained.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/df2a4141cbf354af3f53fad2a9a2b329)
- 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
- SN02363892-W 20110122/110120234843-df2a4141cbf354af3f53fad2a9a2b329 (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 |