Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 12, 2012 FBO #3883
SOURCES SOUGHT

70 -- This sources sought announcement is for information and planning purposes only. Please see the attached documents. All capability packages must be submitted to the POC by 2:00pm EST, 24 July 2012.

Notice Date
7/10/2012
 
Notice Type
Sources Sought
 
NAICS
511210 — Software Publishers
 
Contracting Office
Contracting Center of Excellence (NCR-CC), 200 Stovall Street, 11TH Floor, Alexandria, VA 22331-1700
 
ZIP Code
22331-1700
 
Solicitation Number
W91WAW-12-R-0151
 
Response Due
7/24/2012
 
Archive Date
9/22/2012
 
Point of Contact
James Canady III, 703-325-5721
 
E-Mail Address
Contracting Center of Excellence (NCR-CC)
(james.a.canady22.civ@mail.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), on behalf of The Department of Defense, Office of the Inspector General (DoD IG), intends to procure EMC VNX unified storage hardware, EMC VNX software, EMC VNX warranties/support, and professional implementation services 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 2:00pm EST, 24 July 2012, 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 or FAR Part 8 procedures. Only small businesses are to submit capability packages. Interested small business concerns in NAICS code 511210 with a size standard of $25.0 M 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 10 Pages and must be submitted electronically. Small business concerns are to outline their experiences in the following: (1) Demonstrate the ability to understand and provide equipment, installation and training of EMC VNX Unified Storage devices to support distributed data storage, backup and synchronization to a centralized installation. (2) Demonstrate that its installation and configuration plan for the EMC VNX Unified Storage devices shall meet or exceed the requirements outlined in the Performance Work Statement (PWS), including the Professional Services Deliverables. (3) Demonstrate that the ability to provide cleared, EMC certified professionals who have experience installing and configuring EMC VNX systems in similar environments as the DoD IG. (4) Demonstrate the knowledge and practical application of EMC VNX Unified Storage Systems. (5) Demonstrate past performance which clearly delineates the practice and ability to install, configure, and train in EMC VNX Unified Storage Systems. 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 ($50,000.00) during the 12 months of performance?; (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 work in the PWS? 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 James Canady III for this procurement. A Firm Fixed Price (FFP) contract type is anticipated. The anticipated period of performance will be for a one (1) year period. The place of performance will be Government Site. The contractor is responsible for submitting a visit authorization letter (VAL) via the Joint Personnel Adjudication System (JPAS) to the Industrial Security Program Manager (ISPM) in the Office of Security (OSEC) after personnel have been approved to perform on the contract. Only those contractor personnel requiring a CAC and receiving GFE shall be processed via JPAS. The contractor shall also prepare and submit site visit letters to each site no less than ten (10) calendar days prior to the requested travel date. The contractor is responsible for ensuring that all persons working on this effort are U.S. citizens. Contractors receiving a CAC under this contract are designated as non-critical sensitive in accordance with DOD 5200.2-R, Personnel Security Program, and require at a minimum a DOD INTERIM SECRET CLEARANCE prior to performing on this contract. Contractors are responsible for all costs for submitting their capability packages. The POC for this requirement is James Canady III, at james.a.canady22.civ@mail.mil and Rachel Moye, at rachel.j.moye.civ@mail.mil. All capability packages must be submitted to the POC by 2:00pm EST, 24 July 2012.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/bf3e650fd5be5c84d5da60661b315eeb)
 
Place of Performance
Address: Army Contracting Command - National Capital Region (ACC-NCR) 200 Stovall Street Alexandria VA
Zip Code: 22331-1700
 
Record
SN02798482-W 20120712/120710235642-bf3e650fd5be5c84d5da60661b315eeb (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.