Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 25, 2014 FBO #4535
SOURCES SOUGHT

D -- Network Engineering and Information Technology Support Services

Notice Date
4/23/2014
 
Notice Type
Sources Sought
 
NAICS
541513 — Computer Facilities Management Services
 
Contracting Office
Department of the Air Force, Air Mobility Command, 60th CONS, 350 Hangar Ave. Bldg 549, Travis AFB, California, 94535-2632, United States
 
ZIP Code
94535-2632
 
Solicitation Number
FA4427-14-N-0004
 
Archive Date
5/20/2014
 
Point of Contact
Derek A. Chaplin, Phone: 7074247773
 
E-Mail Address
derek.chaplin@us.af.mil
(derek.chaplin@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
THIS IS NOT A SOLICITATION ANNOUNCEMENT. THIS IS A SOURCES SOUGHT SYNOPSIS ONLY. THE PURPOSE OF THIS SOURCES SOUGHT SYNOPSIS IS TO GAIN KNOWLEDGE OF POTENTIAL QUALIFIED SOURCES AND THEIR SIZE CLASSIFICATIONS (HUBZONE 8(a), 8(a), HUBZONE, SMALL, SMALL DISADVANTAGE AND LARGE BUSINESS) RELATIVE TO NAICS CODE 541513. RESPONSES TO THIS SOURCES SOUGHT SYNOPSIS WILL BE USED BY THE GOVERNMENT TO MAKE APPROPRIATE ACQUISITION DECISIONS, SEE SUBMITTAL REQUIREMENTS BELOW. AFTER REVIEW OF THE RESPONSES TO THIS SOURCES SOUGHT ANNOUNCEMENT, A SOLICITATION ANNOUNCEMENT WILL BE PUBLISHED IN FEDBIZOPPS. RESPONSES TO THIS SOURCES SOUGHT ANNOUNCEMENT ARE NOT ADEQUATE RESPONSES TO THE SOLICITATION ANNOUNCEMENT. ALL INTERESTED OFFERORS WILL HAVE TO RESPOND TO THE SOLICITATION ANNOUNCEMENT IN ADDITION TO RESPONDING TO THIS SOURCES SOUGHT ANNOUNCEMENT. The objective of this acquisition is to provide Non-Personal Network Engineering and Information Technology Support services and personnel support services for David Grant Medical Center, Medical Treatment Facility (MTF), TRAVIS AFB, CA and remote locations. It includes functions such as performance management, network design and development, network measurement, customer service in the form of trouble tracking and troubleshooting to the Tier III level as well as maintenance and sparing support. Such services will be provided in accordance with stated MHS and component medical functional priorities in compliance with existing and evolving technical architecture guidance from international, commercial, Department of Defense (DOD) and Health Affairs (HA) sources. David Grant Medical Center is the U.S. Air Force's flagship MTF. Serving beneficiaries throughout eight western states. The Contractor will provide a qualified staff that possesses the knowledge, skills and abilities to independently perform the services required by this contract. Place of Performance: On-site work will be performed largely at DGMC and its extended buildings/campuses. Normal working hours are from 0700-1700 hours Monday through Friday. Since the place of performance is operational on a 24-hour/365 day schedule the specified hours are designated to coincide with the work hours of Contracting Officer Representative (COR). However, the contractor may have to come in after hours if network issues arise. If there are any necessary changes to the shift hours, the COR will provide notice to the Contractor Program Manager/Site Lead in as much advance as possible. The Information Systems Flight located at DGMC operates a Wide Area Network (WAN) and Local Area Network (LAN) in support of 3,000+ local microcomputer users and other users located at nine (9) sites located in Northern California. The Information Systems Flight are administrators for 128 servers and over 2,000 workstations, oversee network operations, Information Assurance (IA), network security, Health Insurance Portability and Accountability Act (HIPAA) security, disaster recovery, customer support, help desk, ADPE warehouse, web development, inventory management, and other administration and support capabilities. All services provided under this contract shall be in compliance with the AF Standard Desktop Configuration (SDC)/Federal Desktop Core Configuration (FDCC), IA guidelines, and Security Technical Implementation Guides (STIG) for collateral networks and systems. Performance shall be in accordance with the requirements contained in this PWS and all applicable Civilian and DoD Directives, to include Joint Commission on Accreditation of Healthcare Organizations (JCAHO), Health Services Inspection (HSI), Federal Acquisition Regulations (FAR), and other applicable documents. **The above informaiton is provided for informational purposes only and is subject to change prior to the solicitation being posted. This information is just a small snapshot of this requirement for Contractors use to determine capabilities.** Responses to this notice should include company name, address, point of contact, Cage Code, size of business pursuant to North American Industrial Classification System (NAICS) 541513 and must respond to the following questions: 1) Is your business a large or small business? 2) If small, does your firm qualify as a small, emergency business, or a small, disadvantaged business? 3) If disadvantaged, specify under which disadvantaged group and is your firm certified under Section 8(a) of the Small Business Act? 4) Is your firm a certified "HubZone" firm? 5) Is your firm a woman-owned or operated business? 6) Is your firm a certified Service-Disabled Veteran Owned and Veteran-Owned? 7) Does your firm perform background checks? 8) Does your firm have a quality assurance plan in place? What quality assurance methods and quality standards does your firm use? 9) Do you currently have a government contract? Interested businesses are required to submit a Statement of Capabilities (SOC) demonstrating: 1) Ability to manage the services, description of past performance on previous Contracts, dollar value of each contract, number of employees for each, the types and range of skills of employees for each, and point of contact and telephone number of the Contracting activity for each contract. 2) A capability statement, including summary of relevant performance history (with points of contact and applicable telephone numbers, FAX numbers, addresses and email addresses, if available) within the past three years. This is not a request for proposals and in no way obligates the Government to award any contract. Responses must be received in writing no later than 1200 hrs Pacific Standard Time 05 May 14. Firms responding to this announcement which fail to provide all of the required information cannot be used to help the Government make the acquisition decisions which is the intent of this sources sought. This notice is to help Travis AFB in determining potential sources only. No solicitation is currently available. All firms responding to this sources sought notice are advised that their response to this notice is not a request to be considered for a contract award. If a solicitation is issued, it will be posted later at https://www.fbo.gov and all interested parties must respond to that solicitation announcement separately from the responses to this announcement. A response to this sources sought synopsis is NOT a request to be added to a prospective bidders list or to receive a copy of the solicitation.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AMC/60CONS/FA4427-14-N-0004/listing.html)
 
Place of Performance
Address: David Grant Medical Center, Travis AFB, California, 94535, United States
Zip Code: 94535
 
Record
SN03346071-W 20140425/140423234634-3e066b1eb64b38a9f26259f3bb5e9ddd (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.