SOURCES SOUGHT
R -- Request for Information for Training Support Services - GFEBS for the Army Contracting Command, National Capital Region (ACC-NCR)
- Notice Date
- 6/24/2011
- Notice Type
- Sources Sought
- NAICS
- 541512
— Computer Systems Design Services
- 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-062411
- Response Due
- 7/6/2011
- Archive Date
- 9/4/2011
- 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 a 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) at Hoffman II, on behalf of U.S. Army DCS G-1, intends to procure Training Support Services, PM GFEBS, knowledge transfer on the design and implementation of CAC authentication and authorization with Citrix XenApp to support 500 concurrent users, using small business set-aside procedures in accordance with FAR Part 19 or under full and open competitive procedures. 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 6 July 2011 at 2 P.M EST, 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 full and open competitive procedures. Only small businesses are to submit capability packages. Interested small business concerns in NAICS code 541512 with a size standard of $23M 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 below. Capability packages must not exceed 5 pages total in length and must be submitted electronically. All contractor questions must be submitted no later than 5 July 2011at 9 A.M EST. Small business concerns are to outline their experiences in the following: 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 Areas or tasks where a contractor does not have prior experience should be annotated as such. 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 $150,000.00 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 firm have the work experience similar in nature, scope, complexity, and difficulty of the task above? To assist us in maintaining a list of interested small business concerns 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 Mr Peter A. Osuigwe, Contract Specialist, ACC-NCR, Email: peter.a.osuigwe@us.army.mil and Ms Tara Miner, Email: tara.miner@us.army.mil for this procurement. A firm fixed price contract is anticipated. The anticipated period of performance will be 90 days. The place of performance will be Sparkman Center, Building 5301-B, Redstone Arsenal, Huntsville, Alabama 35898, with potential travel to: Radford Army Ammunition Plant, Building 450 - PD ALTESS, Highway Route 114 - Peppers Ferry Road, Radford, VA 24143. Contractor personnel will not require a current secret or top secret clearance. A written Request for Proposal (RFP) will be posted on or about 8 July 2011, COB. The RFP can be retrieved from AFSI/FEDBIZOPS. No hard copies of the RFP will be issued. All amendments will be posted and must be retrieved from AFSI/FEDBIZOPS. 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 Mr Peter A. Osuigwe, Contract Specialist, ACC-NCR, Email: peter.a.osuigwe@us.army.mil or Toye Y. Latimore, Email: toye.y.latimore@us.army.mil, Contracting Officer.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/174cae8a7787f163cd24cc0707bebf7c)
- 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
- SN02482394-W 20110626/110624235152-174cae8a7787f163cd24cc0707bebf7c (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 |