Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 26, 2016 FBO #5237
SOURCES SOUGHT

R -- Lifelong Learning Center (LLC) Technical Support - Draft PWS

Notice Date
3/24/2016
 
Notice Type
Sources Sought
 
NAICS
541513 — Computer Facilities Management Services
 
Contracting Office
Department of the Army, Army Contracting Command, MICC, MICC - Fort Eustis (Joint Base Langley-Eustis), Building 705, Washington Blvd, Fort Eustis, Virginia, 23604-5538, United States
 
ZIP Code
23604-5538
 
Solicitation Number
W911S0-16-R-0010
 
Archive Date
4/22/2016
 
Point of Contact
Douglas C. Siebenschuh, Phone: 7575016798, Rhoda C. Harrison-Spence, Phone: 7575018161
 
E-Mail Address
douglas.c.siebenschuh.civ@mail.mil, rhoda.c.harrison-spence.civ@mail.mil
(douglas.c.siebenschuh.civ@mail.mil, rhoda.c.harrison-spence.civ@mail.mil)
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
Draft PWS SOURCES SOUGHT SYNOPSIS THIS IS A Sources Sought Notice ONLY. The U.S. Government desires to procure Technical Support Services for the Lifelong Center (LLC) for the LLC Program for U. S. Army Training and Doctrine Command (TRADOC) on a small business set-aside basis for a Service Disabled Veteran-Owned small business (SDVOSB), provided 2 or more qualified SDVOSBs respond to this sources sought synopsis with information sufficient to support a set-aside. Be advised that the U.S. Government will not be able to set aside this requirement for SDVOSB if 2 or more SDVOSBs do not respond with information to support the set-aside. Responders need to identify their capabilities as discussed below in meeting the requirement at a fair market price. This notice is issued solely for information and planning purposes - it does not constitute a Request for Quote (RFQ)/Invitation for Bid (IFB)/Request for Proposal (RFP) or a promise to issue an RFQ, IFB or RFP in the future. This notice does not commit the U.S. Government to contract for any supply or service. Further, the U.S. Government is not seeking quotes, bids or proposals at this time and will not accept unsolicited proposals in response to this sources sought notice. The U.S. Government will not pay for any information or administrative costs incurred in response to this notice. Submittals will not be returned to the responder. Not responding to this notice does not preclude participation in any future RFQ or IFB or RFP, if any is issued. If a solicitation is released, it will be synopsized on the Government wide Point of Entry. It is the responsibility of potential offerors to monitor the Government wide Point of Entry for additional information pertaining to this requirement. The anticipated NAICS code(s) is 541513, Computer Facilities Management Services, size standard $27.5 million A continuing need is anticipated for the LLC Technical Support, which is currently being fulfilled through current contract # W911S0-12-D-0012. Attached are the draft Performance Work Statement (PWS) and Performance Requirements Summary (PRS). Contractors shall provide all management, personnel, site supervision, and any other items necessary to perform all information technology services in support of the Lifelong Learning Center (LLC) mission. The LLC operates within a variety of information technology environments to support their information management objectives. The contractor shall ensure centers comply with the Army Enterprise Infrastructure and support a service-oriented architecture. The infrastructure shall leverage cutting-edge technologies and be adaptable to future technology evolutions focused on improving the Lifelong Learning concept. The contractor shall provide support services for five (5) LLC's; however, the requirement may evolve into more or less locations and work effort dependent upon DOD future needs. The MICC - Fort Eustis intends to procure the following related deliveries under a single award contract. The Period of Performance shall be no more the 3 years (Phase-In Period (30-days), Base period (12 months), and two option years). Below is a summary of the tasks required: 1. LLC Technical and Personnel Configuration. The contractor shall be responsible for the efficient operation and maintenance of each functioning LLC. This responsibility may include (1) hosting web portals or knowledge networks (KNs), (2) maintaining digital libraries, (3) providing support desk assistance, (4) maintaining student management databases, (5) providing VC support, (6) providing server support, (7) configuring LLC systems, user (such as instructors and domain administrators) training, and additional miscellaneous tasks as deemed necessary by the contractor. 2. Portals / Knowledge Networks. The contractor shall maintain the portals / knowledge networks (web link) from the LLC to the student, via AKO. The home page configuration is based on the AKO credentials of the Soldier/user and/or Common Access Card (CAC). The portal is a powerful content management solution allowing the proponent to establish controls over the content of each portion of their website. The contractor shall provide corrective actions reports as agreed to by the COR and as conditions dictate dependent upon system discrepancies. 3. Digital Library. The contractor shall include in the maintenance of each LLC a digital library that supports storage of Military Occupational Specialty (MOS) and Functional Course lesson plans, programs of instruction (POIs), computer-based simulations, streaming video, and web-based training software and databases. The digital library shall also include a comprehensive search capability. The contractor shall provide corrective action reports to the COR as conditions dictate dependent upon system discrepancies. 4. Support Desk. The contractor shall maintain 365/24/7 support desk that shall provide assistance to users and / or direct calls to Subject Matter Experts (SME) that will assist users with technical or content issues and provide other LL material support as required. The support desk is the primary interface with the customer, whether they are training developers, instructors, staff members, or students. The support desk assists shall assist customers with the technical aspects of all systems within the LLC. Support desk operations shall be manned based on mission requirements as deemed necessary by the contractor. In response to this sources sought, please provide: 1. Name of the firm, point of contact, phone number, email address, DUNS number, CAGE code, a statement regarding small business status (including small business type(s)/certifications(s) such as SDB, 8(a), HUBZone, SDVOSB, WOSB, etc.) and the corresponding NAICS code. 2. Identify whether your firm is interested in competing for this requirement as a prime contractor or not. Identify subcontracting, joint ventures or teaming arrangement that will be pursued, if any. 3. Information in sufficient detail regarding previous experience (indicate whether as a prime contractor or subcontractor) on similar requirements (include size, scope, complexity, timeframe, government or commercial), pertinent certifications, etc., that will facilitate making a capability determination. Your brief capabilities statement package should articulate your capabilities clearly and adequately in no more than 10 pages, single spaced, minimum font size 11. 4. Information to help determine if the requirement is commercially available, including pricing information, basis for the pricing information (e.g., market pricing, catalog pricing), delivery schedules, customary terms and conditions, warranties, etc. 5. Resources available such as corporate management, currently employed personnel to be assigned to tasks under this effort to include professional qualifications, specific experience of such personnel, including the ability to have personnel located at Fort Eustis, VA, and letter of credit. 6. Management approach to staffing this effort with qualified personnel. 7. Statement regarding capability to obtain the required industrial security clearances for personnel. 8. Company's ability to begin performance upon contract award. 9. Identify how the Army can best structure these contract requirements to facilitate competition by and among small business concerns. 10. Identify any condition or action that may be having the effect of unnecessarily restricting competition with respect to this acquisition. Please contact the MICC Advocate for Competition, Dean Carsello, at dean.m.carsello.civ@mail.mil or 210-466-2419, if you believe that this action is unreasonably restricting competition. Include the subject of the acquisition, this announcement, and the MICC POC information from the FedBizOpps notice. Provide the specific aspects that unreasonably restrict competition and the rationale for such conclusion. 11. Recommendations to improve the approach/specifications/draft PWS/PRS to acquiring the identified items/services. Market Research Questions a. If the Government anticipated issuing Requests for Proposals using a Performance Work Statement (PWS). What risks do you foresee with this approach and how would you mitigate those risks? b. Is industry more likely to include additional costs for unknowns in a fixed price as opposed to a labor hour contract? Would a firm fixed price contract for support services result in higher proposal prices than a labor hour contract? Please explain. c. North American Industry Classification Systems (NAICS) code is 541513, Computer Facilities Management Services (small business size standard of $27.5M), has been determined appropriate for this acquisition and FAR 52.219-14, Limitations on Subcontracting, applies wherein at least 50 percent of the work must be performed by the small business prime contractor alone. If your company qualifies as a small business as defined under this NAICS code, please respond to these additional questions. i. Can your company provide a team composed of a sufficient number of large and small subcontractors to perform this contract in an efficient, cost effective manner while meeting contract requirements? Please explain. ii. Is your company capable of providing qualified and experienced personnel at appropriate security levels? Please explain. iii. Is your company capable of providing a team composition that can support the entire scope of this contract effort with sufficient depth to perform a variety of tasks of varying complexity across while performing at least 50 percent of the work? Please explain. iv. Specifically, is your company capable of providing non-personal services for the areas mentioned in this notice? This requirement shall also provide all management, personnel, on or off site supervision, and any other items deemed necessary to perform all information technical services in support of the DOIM mission. In rendering the foregoing services, outputs may take the form of information, advice, opinions, alternatives, analyses, evaluations, and recommendations. If so, what is your experience with Government contracts of this magnitude and scope? d. Please provide any other applicable comments or recommendations not addressed in the foregoing. Please submit your response electronically via email by NLT 4:00 PM EDT April 7, 2016 to douglas.c.siebenschuh.civ@mail.mil or to the address stated below: Mission and Installation Contracting Command Attn : Douglas Siebenschuh MICC - Fort Eustis 705 Washington Blvd Suite 133 Fort Eustis, VA 23604
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/43eb80e88be29e6951909d3f071207a4)
 
Place of Performance
Address: Combined Arms Center-Training, Army Training Support Center, Fort Eustis, Virginia, 23604, United States
Zip Code: 23604
 
Record
SN04061033-W 20160326/160324234303-43eb80e88be29e6951909d3f071207a4 (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.