SOURCES SOUGHT
U -- Request for Information for Training Support Services - GFEBS for the Army Contracting Command, National Capital Region (ACC-NCR)
- Notice Date
- 6/21/2011
- Notice Type
- Sources Sought
- NAICS
- 611420
— Computer Training
- Contracting Office
- ITEC4, NCR PARC (NCR-CC), Directorate of Contracting, 2461 Eisenhower Avenue, Alexandria, VA 22331-0700
- ZIP Code
- 22331-0700
- Solicitation Number
- W91QUZ-SS-062111
- Response Due
- 7/5/2011
- Archive Date
- 9/3/2011
- Point of Contact
- Peter A.Osuigwe, 703-428-1015
- E-Mail Address
-
ITEC4, NCR PARC (NCR-CC)
(peter.a.osuigwe@us.army.mil)
- Small Business Set-Aside
- N/A
- Description
- This sources sought announcement is for information and planning purposes only; it is not to be construed as commitment by the Government. A contract may not be awarded as a result of this sources sought announcement. The US Army Contracting Command, National Capital Region (ACC-NCR) located in Alexandria, Virginia,, on behalf of U.S. Army DCS G-1, intends to procure IT Support Service using a small business set-aside in accordance with FAR Part 19 or under full and open competitive procedures. If at least two qualified HUBZone 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 5 July 2011 at 2 p.m. EST, the requirement will be solicited as a 100% set-aside for qualified small business concerns. 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 full and open competitive procedures. Only small businesses are to submit capability packages. Interested small business concerns that are qualified as a HUBZone -or small business concerns in NAICS code 611420 with a size standard of $650 MIL 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 company's existing experience in relation to the areas specified in the PWS. Capability packages must not exceed 5 Pages and must be submitted electronically. Small business concerns shall outline their capabilities and experience relevant to providing all personnel, equipment, tools, materials, supervision, and other items and non-personal services necessary to perform to work with common access card (CAC) authentication against the Army Knowledge On-line (AKO) Lightweight Directory Access Protocol (LDAP). The contractor shall provide training and knowledge transfer on the design and implementation of CAC authentication and authorization with Citrix XenApp to initially support 500 concurrent users. The contractor shall provide training on how to scale the solution to support Army ERPs user's population. The tasks for this project include: 1.Train and guide the design, installation, and configuration services to build, test, and rollout a new Citrix XenApp farm that initially capable of providing application access for 500 concurrent XenApp users. 2.Train and guide on design, installation and configuration of CAC authentication and authorization for the Citrix environment. 3.Train and guide on scaling, performance testing, and monitoring the Citrix environment. 4.Train and guide the STIG (Gold Disk) tool on all servers built for the environment, and address vulnerabilities where possible. 5.Train and guide on the integration to support AKO authentication. 6.Provide documentation and knowledge transfer for PM staff members. 7.Provide ongoing technical support specified in this SOW. 8.Report FTE/contractor personnel in Contractor Manpower Reporting Application (CMR) The contractor shall provide training to the Government on the proper life cycle steps, including necessary documentation for the following phases: 1.Analysis and Design Phase a)Functional Requirements b)As-is Assessment c)Server Build Process d)Application build e)User environment definition f)Test plan g)Design specifications h)Migration Plan 2.Build and Test Phase a)Build specifications b)Performance test plan and performance test results c)Solution test results d)Scalability design 3.Implementation a)Run time instructions b)Standard maintenance procedures In addition, the following questions must be answered and elaborated on as part of the package: (1) Financial Capability-Does your firm have the financial capability to withstand a negative cash flow of low to mid 8 figure per month? (2) Past Performance - Does your firm have the relevant past performance within the last three years? (Include contract numbers, contract type, dollar value of each procurement, point of contracts, and brief description of the work performed); (3) Corporate Experience - Does your company have experience working on the Army Staff? If so to what extent (provide examples as appropriate)? (4) Does your company have experience working in IT with PEDSS or any of its component sub-systems?; (5) How does your company plan to minimize the administrative burden on the government (such as monthly invoicing)? To assist us in maintaining a list of interested Small Businesses for this potential procurement, please provide your company's name, point of contact (POC), address, phone number, and business size under the above NAICS code to the POC for this procurement Peter A. Osuigwe, Contract Specialist, ACC-NCR. A Firm Fixed Price (FFP) contract is anticipated. The anticipated period of performance will be for 30 days from date of award. The place of performance will be 5911 Kingstowne Village Parkway, Suite 600, Alexandria, VA 22315. Contractors are responsible for all costs for submitting their capability packages. The POC for this requirement is Mr. Peter A. Osuigwe, Contract Specialist, email: peter.a.osuigwe@us.army.mil, and Ms Tara Miner at tara.miner@us.army.mil. All capability packages must be submitted to the POC by 2:00 pm EST, 5 July 2011. Point of Contact: Peter A. Osuigwe, Contract Specialist, Army Contracting Command, National Capital Region (ACC-NCR). No telephone inquiries will be accepted.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/d6761f2c444a90dd0e515c05dc4f6a77)
- Place of Performance
- Address: Army Contracting Command, National Capital Region (ACC-NCR) 200 Stovall Street, Hoffman 2, 2nd Floor, Alexandria VA
- Zip Code: 22332
- Zip Code: 22332
- Record
- SN02478618-W 20110623/110621235148-d6761f2c444a90dd0e515c05dc4f6a77 (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 |