Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 21, 2015 FBO #4958
SOURCES SOUGHT

D -- SOURCE SOUGHT FOR AN ALASKAN 8(a)COMPANY TO PERFORM WEB & PROGRAMMING SUPPORT SERVICES.

Notice Date
6/19/2015
 
Notice Type
Sources Sought
 
NAICS
541511 — Custom Computer Programming Services
 
Contracting Office
ACC-APG - Aberdeen Division D, ATTN: AMSSB-ACC-A, 4118 Susquehanna Avenue, Aberdeen Proving Ground, MD 21005-3013
 
ZIP Code
21005-3013
 
Solicitation Number
W91CRB-15-R-0619
 
Response Due
6/29/2015
 
Archive Date
8/18/2015
 
Point of Contact
Paula Kestler, 410-278-0710
 
E-Mail Address
ACC-APG - Aberdeen Division D
(paula.k.kestler.civ@mail.mil)
 
Small Business Set-Aside
Competitive 8(a)
 
Description
REQUIREMENT/CUSTOMER INTRODUCTION Requirement: The United States Army Security Assistance Command (USASAC) administers the Army Foreign Military Sales (FMS) initiative and serves as the Executive Agent for the Army Security Assistance Program. This is a non-personal services contract to provide Web and Programming Services Support for various locations. The Period of Performance will be a 12-Month Base Year with Two 12-Month Option Years beginning 15 September 2015 through to 14 September 2018. The North American Industry Classification Code (NAICS) is 541511 for Information Technology Services, including Telecommunication Services with the Size Standard is $25.5M. RESPONDENT INFORMATION SEEKING ALASKAN 8(a) FIRMS AT THIS TIME ONLY Business Name: CAGE Code: Point of Contact: Size Status(es) under this RFI's identified size standard (8(a): RFI QUESTIONS 1) If a different NAICS code appears more appropriate for this action, please provide the suggested code with an explanation as to why it is more appropriate. 2) Please estimate the maximum percentage of the overall requirement which your organization could perform with in-house resources. Consider the language at FAR Clause 52.219-14(c) -- Limitations on Subcontracting. 3) Upon any eventual release of a Request for Proposals, is your organization's intent to issue a proposal as Prime Contractor for this effort, or as a Subcontractor? THIS IS NOT AN RFP. We are merely trying to ascertain if there are any potential Alaskan 8(a) firms capable of providing this critical requirement as addressed in the Performance Work Statement attachment. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-30 with the following Provisions and Clauses: The full text of the FAR and DFARS references may be accessed electronically at this address: http://farsite.hill.af.mil. FAR 52.204-7 System for Award Management Prospective contractors shall complete electronic annual representations and certifications at SAM accessed via https://www.acquisition.gov as a part of required registration FAR 52.212-1 Instructions to Offerors Commercial Items FAR 52.212-3 Offeror Representations and Certifications - Commercial Items FAR 52.212-4 Contract Terms and Conditions-Commercial Items FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items with applicable and appropriate clauses checked off DFARS 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports DFARS 252.232-7006 Wide Area WorkFlow Payment Instructions The Offeror shall be currently registered in the Wide Area Workflow (WAWF) prior to award. The Offeror may register in WAWF at https://wawf.eb.mil. EVALUATION FACTORS: Evaluation for an award will be based on a Best Value Trade-Off Firm Fixed Price proposal. See attached. CAPABILITIES STATEMENT SUBMISSION: Capabilities Statement and any applicable attachments should be submitted NLT 3:00 (1500) p.m. EST on 29 June 2015 to Jennifer Gladden via email at jennifer.i.gladden.civ@mail.mil. Questions for this requirement will only be acceptable via email same as above. Do Not Sent.ZIP FILES as they will be automatically deleted by our email server.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/2ff1a291afd62fb84129869ecf994577)
 
Place of Performance
Address: ACC-APG - Aberdeen Division D ATTN: AMSSB-ACC-A, 4118 Susquehanna Avenue Aberdeen Proving Ground MD
Zip Code: 21005-3013
 
Record
SN03770039-W 20150621/150619234508-2ff1a291afd62fb84129869ecf994577 (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.