SOURCES SOUGHT
R -- Tripwire Analytic Capability (TAC) Support
- Notice Date
- 6/21/2012
- Notice Type
- Sources Sought
- NAICS
- 541519
— Other Computer Related Services
- Contracting Office
- National Ground Intelligence Center, ATTN: IANG-CS-LO/MS204, 2055 Boulders Road, Charlottesville, VA 22911-8318
- ZIP Code
- 22911-8318
- Solicitation Number
- W26MT921391013
- Response Due
- 6/28/2012
- Archive Date
- 8/27/2012
- Point of Contact
- Brian K Ellison, 434-980-7818
- E-Mail Address
-
National Ground Intelligence Center
(brian.k.ellison@us.army.mil)
- Small Business Set-Aside
- N/A
- Description
- THIS IS NOT A REQUEST FOR PROPOSAL. This notice is issued for informational and planning purposes. The US Army will not pay for any information submitted or be responsible for any costs incurred by interested parties in responding to this notice. The Department of the Army, National Ground Intelligence Center (NGIC) is conducting market research to solicit feedback from industry for providing services for Tripwire Analytic Capability (TAC) training and on-site system support. The contractor shall provide dedicated on-site training and services at the Charlottesville, VA facilities to NGIC's analytic team for the TAC system. The contract duration is anticipated to be one year from the date of contract award. This sources sought synopsis is not a commitment by the Army to issue a solicitation or ultimately award a contract. Neither unsolicited proposals nor any other offers will be considered in response to this notice. All information contained in the sources sought synopsis is preliminary, as well as subject to modification, and is on no way binding to this request. The information requested will be used solely within the Army to facilitate the decision-making process and will not be disclosed outside of the agency. The determination of a procurement strategy, based upon the submissions of interested parties in response to this sources sought synopsis, is solely within the discretion of the Government. Training tasks are expected to include tailored curriculum development, one-on-one instruction and direct analyst assistance in the development of TAC based queries. The contractor shall provide dedicated on-site TAC training and analytic assistance for up to 400 NGIC analysts. As necessary, the contractor shall provide periodic refresher training, new TAC version transition training, and advanced training. A Draft Performance Work Statement (PWS) is attached to identify tasks for this proposed contract requirement. Responders to this sources sought synopsis are requested to address the specific requirements of this notice and identify the vendor's specific capabilities to provide the desired services. For purposes of this notice, the applicable North American Industry Classification System (NAICS) code is 541519, Other Computer Related Services. The small business size standard is $25.5 million. Interested parties should also include any comments regarding contemplated acquisition strategies and NAICS code(s). The NAICS code provided was contemplated at the time of release of this notice. The code is not considered final or indicative of an approved small business strategy. Depending upon responses, any potential procurement will utilize small business set-aside procedures in accordance with FAR Part 19 or full and open competitive procedures. The Government requests that interested parties submit an electronic response of not more than six (8) pages, 8.5" x 11" paper, 12 pitch or higher, Times New Roman, with a minimum of one (1) inch margins all around. Responsible sources having relevant experience may submit their statement of interest and service capabilities. Interested parties should also identify whether they are a Large Business, Small Business, Women-owned Small Business, HUBZone Small Business, Veteran-owned Small Business, Service-disabled Veteran-Owned Small Business, and/or Native American Small Business under the proposed NAICS code 541519. Responses should also include the company name, CAGE code, address, point-of-contact, and telephone number(s). All information received in response to this sources sought synopsis that is marked "Proprietary" will be handled accordingly. Responses will not be returned nor will receipt be confirmed. In addition, responses should include any anticipated teaming arrangements (if applicable), industry perspectives relating to the content and functions in the PWS (contract terms and conditions, commercial standards, practices, and processes, etc.), contract references similar to this requirement, and any other information deemed useful to the Army. Responses are due no later than 28 June 2012, 3:00 pm Eastern Standard Time (EST). Email responses should not exceed 5 Megabytes (MB). Responses received after this date and time may not be reviewed. Please submit your responses and direct any questions to Brian K. Ellison, Contract Specialist, brian.k.ellison@us.army.mil or William T. Bickley, Contracting Officer, william.t.bickley@us.army.mil. Please do not provide standard marketing brochures, catalogs, etc. Synopsis responses will be evaluated on the basis of demonstrated expertise in performing the requested services in order to determine qualified/interested sources, make decisions regarding small business set-asides, and formulate an acquisition strategy. An Ombudsman has been appointed to address concerns from interested firms during this phase of the acquisition. The Ombudsman does not diminish the authority of the Contracting Officer, but communicates concerns, issues, disagreements, and recommendations to the appropriate Government official. The Ombudsman is Mr. Jeffrey Willey, INSCOM HQ ACQ Center, (703) 428-4595. The Ombudsman should only be contacted with issues or problems that have previously been brought to the attention of the Contracting Officer and could not be satisfactorily resolved at that level. This is sources sought synopsis only. No solicitation exists; therefore, do not request a copy of the solicitation. If a solicitation is released, it will be synopsized in FedBizOpps. It is the potential offerors' responsibility to monitor this site for the release of any solicitation.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/INSCOM/DASC02/W26MT921391013/listing.html)
- Place of Performance
- Address: National Ground Intelligence Center 2055 Boulders Road Charlottesville VA
- Zip Code: 22911-8318
- Zip Code: 22911-8318
- Record
- SN02782963-W 20120623/120622000129-46d975cf127bcd7b2dd8a1eeb32cefd4 (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 |