SOURCES SOUGHT
R -- eCCS Modernization - eCCS Sources Sought Response Form - eCCS Draft Statement of Objectives - eCCS Sources Sought Background
- Notice Date
- 3/20/2012
- Notice Type
- Sources Sought
- NAICS
- 541512
— Computer Systems Design Services
- Contracting Office
- Other Defense Agencies, Washington Headquarters Services, WHS, Acquisition Directorate, 2521 S. Clark St, Ste 2000 Arlington, VA, 1155 Defense Pentagon, Washington, District of Columbia, 20301-1155, United States
- ZIP Code
- 20301-1155
- Solicitation Number
- 12WH612-017
- Point of Contact
- Florence N Kasule, Phone: 703.545.0701
- E-Mail Address
-
florence.kasule@whs.mil
(florence.kasule@whs.mil)
- Small Business Set-Aside
- N/A
- Description
- Provides a brief description of the intended requirement. This is a draft SOO for the intended requirement to provide additional details. All respondents shall complete this form and include it with their response. The Washington Headquarters Services/Acquisition Directorate (WHS/AD) is conducting market research to assess industry capabilities for providing the following services: a. Perform an assessment of existing Correspondence and Management systems for the DoD Headquarters (HQ), Principal Staff Assistants (PSAs), and Fourth Estate support activities. Work with stakeholders and customers to review current system capabilities. Collect customers' requirements for potential development of a new system. Review for maximum integration and reuse other Correspondence and Management systems used by Federal government agencies. b. Provide recommendations including a Plan of Action and Milestones (POAM) for a fully collaborative system that incorporates existing legacy capabilities to the greatest extent possible. c. Deliver an Enterprise Correspondence and Management System that is stable, interoperable and intuitive for all users and managers in direct support of the Secretary and Deputy Secretary of Defense, Principal Staff Assistants (PSAs) and Fourth Estate support activities. Additionally, we seek to assess (1) the availability and capability of qualified small business sources; (2) the type of small businesses, e.g., HUBZone small businesses; service-disabled, veteran-owned small businesses; 8(a) small businesses; veteran-owned small businesses; woman-owned small businesses; or small disadvantaged businesses, etc for the proposed acquisition. Your responses to the information requested will assist the Government in determining the appropriate acquisition method, including whether a set-aside is possible. The NAICS code associated with this notice is 541512 - Computer Systems Design Services. The business size standard for this NAICS code is $25.5M. Background information for this sources sought notice can be found in the attachment entitled - Sources Sought Background. Sources are expected to have personnel with at least 7 years of agile software development experience and a Secret security clearance. A draft Statement of Objectives has also been attached for more information. INFORMATION SUBMISSION INSTRUCTIONS A Sources Sought Announcement Response Form is attached to this announcement. All interested parties with capabilties to successfully perform the Government's requirement are encouraged to complete and submit the attached response form in addition to submitting a Qualifications Statement. Interested sources who believe they have the capability of providing the required services detailed in this notice are invited to submit a Qualification Statement - not to exceed 20 single-sided pages including all attachments, resumes, charts, etc. (single spaced, 12 point font) - that clearly details the ability to perform the duties described in this notice. Submitted documents must be in in Microsoft Word or Adobe Portable Document Format (PDF) Sources responding to this notice are requested to provide, as part of their responses, all documents with information detailing: •a. 1) Staff experience, including their availability, experience, and training; •b. 2) Current in-house capability and capacity to perform the work; •c. 3) Prior completed projects of similar nature; •d. 4) Corporate experience and management capabilities; •e. 5) Examples of prior completed Federal government contracts, references, and other related information; •f. 6) Experience operating large ($3M annual budget), complex DoD programs that require the management and processing of substantial volumes of complex data operating at a high volume (8,000 users), rapid turnaround administrative and technical support programs; implementation of project management controls; significant multi-tasking; and a process to control costs while supporting the ability to carry out actions and requirements. Please e-mail the completed Sources Sought Announcement Response Form along with a Qualifications Statement no later than Thursday, 05 APRIL 2012, 1:00pm Eastern Standard Time (EST ) to florence.kasule@whs.mil. The subject line of the e-mail should read: SOURCES SOUGHT ANNOUNCEMENT: eCCS Questions pertaining to this announcement may be submitted as follows no later than 27 MAR 2012 at 1:00pm EST: (1) E-Mail: florence.kasule@whs.mil The subject line in the E-Mail should read: eCCS Sources Sought : Question(s) SPECIAL NOTE: This announcement is NOT a Request for Quotes (RFQ). The purpose of this sources sought announcement is to conduct market research only. IF A SOLICITATION IS ISSUED IT WILL BE ANNOUNCED AT A LATER DATE, and all interested parties must respond to that solicitation announcement separately from the responses to this announcement. Additional information, as it becomes available, will be posted as amendments to this announcement. All amendments will be available for viewing at this website. It is incumbent upon the interested parties to review the site frequently for any updates and amendments to any and all documents. All potential vendors are reminded, in accordance with FAR 52.204-7, Central Contractor Registration; lack of registration in the Central Contractor Registration (CCR) will make a vendor ineligible for contract award. Additionally, in accordance with Federal Acquisition Regulations (FAR) 52.204-8, Annual Representations and Certifications, vendors are also reminded to register with Online Representations and Certifications Application (ORCA) at https://orca.bpn.gov. This notice shall not be construed as a commitment by the Government to ultimately award a contract, nor does it restrict the Government to a particular acquisition approach. Any information provided by industry to the Government as a result of this notice or any follow-up information requests is voluntary and shall be treated as confidential. No reimbursement will be made for any costs associated with this or future requests.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/ODA/WHS/REF/12WH612-017/listing.html)
- Place of Performance
- Address: 5775 General Washington Dr., Arlington, Virginia, 22202, United States
- Zip Code: 22202
- Zip Code: 22202
- Record
- SN02700816-W 20120322/120320235351-8db5a56b5175078340cf7977cd9950b0 (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 |