Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 14, 2017 FBO #5621
SOURCES SOUGHT

D -- Sources Sought AIES - NG - Attachments 1-3

Notice Date
4/12/2017
 
Notice Type
Sources Sought
 
NAICS
541513 — Computer Facilities Management Services
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, USACE HNC, Huntsville, P. O. Box 1600, Huntsville, Alabama, 35807-4301, United States
 
ZIP Code
35807-4301
 
Solicitation Number
AIES-NG-1
 
Archive Date
5/12/2017
 
Point of Contact
Jennifer L. Kelley, Phone: 2568951605
 
E-Mail Address
jennifer.l.kelley@usace.army.mil
(jennifer.l.kelley@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
Draft - Performance Work Statement (PWS) Historic Workload Data Capabilities Questionnaire Attachment This is a SOURCES SOUGHT announcement. The Government is seeking to identify qualified small and large business sources under the anticipated North American Industry Classification System (NAICS) 541513, Computer Facilities Management Services. The small business size standard is $27.5 million. This notice is for market research purposes only and IS NOT A REQUEST FOR PROPOSAL (RFP) nor does it restrict the Government as to the ultimate acquisition approach. The Government will not reimburse respondents for any costs incurred in preparation of a response to this notice. Responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. The Government does not intend to rank submittals or provide any reply to interested companies and responses will not be returned. CONTRACT INFORMATION : The Huntsville Engineering and Support Center, U.S. Army Corps of Engineers (CEHNC) is conducting market research to develop an Acquisition Strategy for continuation of contracted support covering a full spectrum of classified and unclassified information management and technology support services which are under the management and technical control of ACE-IT. CEHNC anticipates awarding a contract for a base period and four one-year option periods. The Government intends to procure this as a full and open acquisition with a portion set-aside for small businesses. As a result, the Government is performing market research in order to determine if small businesses possess the capability to execute the requirements within this acquisition. Respondents need to indicate all small business designations (small business, 8(a), certified HUBZone, Small Disadvantaged Business, Woman Owned, Minority, Native American and/or Service Disabled Veteran Owned). Interested small business firms who meet the capability requirements identified in this notice are requested to reply to this notice with a response to the questions below. If no experience or capabilities are associated with a particular question, so indicate. Based upon small business responses received, consideration will be given to defining what part, or all, of the acquisition will be set-aside for small business competition. PROJECT INFORMATION: The U. S. Army Corps of Engineers - Information Technology (ACE-IT) and U.S. Army Engineering and Support Center, Huntsville (CEHNC) is conducting market research for continuation of contracted support described herein. The support services include functions, services, and tasks associated with IM/IT encompassing enterprise operations, end-user support services, cybersecurity, IT engineering design support services, software engineering, and telecommunications expense management (TEM). IM/IT support services are directed at supporting USACE locations within the continental United States (CONUS) and the Pacific Ocean Division, Honolulu District, Alaska District, and Puerto Rico which includes more than 1,500 remote Area and Field Offices (many in isolated areas) housed in diverse types of facilities, totaling approximately 41,000+ end-users. Services will include support for two national Processing Capability Centers located in Hillsboro, Oregon and Vicksburg, Mississippi respectively, as well as response for Emergency Operations and disaster operations as required. Potential exists for support of OCONUS sites in Europe and Asia, therefore ability to support these sites is of interest. This market research does not convey an all or none requirement. Respondents are requested to respond with their experience and capabilities to support any or all of the services identified at the enterprise, regional, and or local level (s). SUBMISSION REQUIREMENTS : Interested firms should submit a document which furnishes information describing relevant demonstrated experience and qualifications. The submission will address all questions in the Capabilities Questionnaire and your ability to perform the services stated in the Performance Work Statement (PWS) attachment to this sources sought. Computer files must be compatible with Microsoft Word 2017. Submission shall be received no later than 2:00 P.M. Central Time, Thursday, April 27, 2017. Sources Sought responses shall include: 1) Name and address of responding company, CAGE code, business size and applicable small business sub-categories, company point of contact, telephone number, fax number and email addresses; and capability packages to include responses to the attached questions. 2) Responses are limited to 20 pages with no less than 1" margins, Times New Roman 12 point font in MS Word or searchable ".pdf" format and shall be submitted electronically to jennifer.l.kelley@usace.army.mil reference AIES-NG-1. 3) The Government may choose to host an Industry Day at a later date. If conducted, notification of an Industry Day will be posted as a modification to this notice. Interested parties are responsible for monitoring modifications to this Sources Sought Notice. NO HARDCOPY OR FACSIMILE SUBMISSIONS WILL BE ACCEPTED. Cover letters and extraneous materials (brochures, etc.) will not be considered. Questions concerning submissions should be directed to Lillian Fox, Contracting Officer at (256) 895-1820 (Lillian.T.Fox@usace.army.mil) or Jennifer Kelley, Contract Specialist at (256) 895-1605 (Jennifer.L.Kelley@usace.army.mil). Personal visits for the purpose of discussing this announcement will not be scheduled. THIS IS NOT A REQUEST FOR A PROPOSAL. ATTACHMENTS: 1) Capabilities Questionnaire 2) Historic Workload Data 3) Performance Work Statement (PWS) All questions and questionnaires need to be sent to Jennifer Kelley at jennifer.l.kelley@usace.army.mil. The FBO site does not have the capability for documents to be uploaded in response to this Sources Sought Notice.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA87/AIES-NG-1/listing.html)
 
Place of Performance
Address: CONUS and OCONUS, United States
 
Record
SN04469329-W 20170414/170412234211-5112a51f7ae514d11cf201ccfd3eb4c6 (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.