SOURCES SOUGHT
R -- Network Systems Integration Design Services - RFI
- Notice Date
- 11/8/2017
- Notice Type
- Sources Sought
- NAICS
- #541512
— Computer Systems Design Services
- Contracting Office
- Department of the Army, National Guard Bureau, National Guard Bureau, Operational Contracting, ATTN: NGB-OPARC-AQ, 111 South George Mason Drive, AHS-2, Suite T419A, Arlington, Virginia, 22204-1382, United States
- ZIP Code
- 22204-1382
- Solicitation Number
- W9133L-17-R-A2SA
- Point of Contact
- Elizabeth R. Henderson, Phone: 2406128020
- E-Mail Address
-
elizabeth.r.henderson6.mil@mail.mil
(elizabeth.r.henderson6.mil@mail.mil)
- Small Business Set-Aside
- N/A
- Description
- RFI RFI SYNOPSIS Brief Description: The Air National Guard (ANG) requires industry assistance in providing Systems Administration (SA) services for the ANG Intelligence organization's segment and unit secure computer systems and develop methods to meet deliverables as outlined and detailed in the Performance Work Statement (PWS). No solicitation is being issued at this time. It is anticipated the contract period of performance will be one Base year of (12) months and four (4) 12-month option years. Response Date: 2 Nov 2017 Contract Specialist: Elizabeth R. Henderson, E-Mail: elizabeth.r.henderson6.mil@mail.mil Primary NACIS Code: NAICS Code 541512, Network Systems Integration Design Services, Computer Place of Performance: Birmingham, AL, Fort Smith, AR, Mashpee, MA, Reno, NV, Terre Haute, IN, and Wichita, KS. The National Guard Bureau (NGB) Operational Contracting Division is conducting market research to determine the availability of qualified sources to provide the ANG with Systems Administration (SA) services. THIS IS NOT A FORMAL SOLICITATION. The Government is seeking to determine what qualified sources exist to fulfill this requirement. This information may be used to determine if there is a potential of a small business set aside. The purpose of this quote mark Sources Sought/Market Survey quote mark is to gain knowledge of potential qualified sources and to develop additional knowledge of the existing market for the required services. The Government requests interested parties submit a response which shall include a brief description of their company's business size (i.e. annual revenues and employee size), business status (i.e., Small Business, SDB, 8(a), HUBZone, SDVOSB, WOB, Large Business, etc), anticipated teaming arrangements (i.e. prime contractor/subcontractor, joint venture, mentor protégé relationship, etc.), and a description of same/similar services offered to the Government and to commercial customers. Any responses involving teaming agreements should delineate between the work that will be accomplished by the prime and the work accomplished by teaming partner. Capability Packages should clearly address the following: A technical understanding of the requirement to analyze TECHNICAL EXHIBIT 1, Performance Requirements Summary attached to Performance Work Statement (PWS). Key Personnel: Do the key staff members have experience in directing and coordinating the technical direction of the services outlined in the draft PWS, ensuring quality control, and an understanding of Systems Administration (SA) services. Past Performance: Do you have specific past performance and experience with the Systems Administration (SA) services. In addition, the following questions must be answered and elaborated on as part of the package: (1) Past Performance - Does your firm have the relevant past performance experience within the last three years Systems Administration (SA) services? (2) Corporate Experience - Does your firm have the work experience similar in nature, scope, complexity, value and difficulty of work in Systems Administration (SA) services? Additional information regarding this requirement will be posted for viewing on FedBizOps at https://www.fbo.gov/ as it become available. Interested parties are cautioned that the draft PWS posted with this notice is subject to change, the formal version of the PWS will be released with the solicitation on a future date. All potential offerors are reminded that in accordance with Federal Acquisition Regulation (FAR) 52.204-7, Central Contractor Registration (CCR), lack of registration in the CCR will make an offeror ineligible for contract award. NOTE: It is the responsibility of all potential offerors to monitor the FedBizOpps web site for release of any future synopsis or release of the solicitation. Interested parties should submit their capability packages by 2 Nov 2017, 2:00 pm EDT to randall.r.wilson.civ@mail.mil Please include company name, address, telephone number, and technical point of contact, brochures/literature. Capability packages must not exceed 15 pages (12 point font with on-inch borders, not including pictures, brochures and Market Survey), must be submitted electronically and should clearly indicate whether your firm is able capable to provide Financial Analysis Support Services. All contractor questions must be submitted no later than 12:00PM EDT on 30 Oct 2017, to the contract specialist, Randall Wilson. Randall.r.wilson.civ@mail.mil Telephone calls regarding this notice will not be accepted. All information is to be submitted at no cost or obligation to the Government. All information marked {Proprietary to 'company name'} will not be disclosed outside of the Department of Defense. THIS SOURCES SOUGHT NOTICE IS BEING ISSUED FOR PLANNING AND MARKET RESEARCH PURPOSES ONLY. THIS IS NOT A SOLICITATION. RESPONSES TO THIS NOTICE ARE NOT CONSIDERED AS OFFERS AND CANNOT BE ACCEPTED BY THE GOVERNMENT TO FORM A BINDING CONTRACT. THE GOVERNMENT IS NOT AND WILL NOT BE RESPONSIBLE FOR ANY COSTS INCURRED BY INTERESTED PARTIES RESPONDING TO THIS SOURCES SOUGHT NOTICE. Additional Info: Additional documentation Contracting Office Address: National Guard Bureau, Contracting Support, ATTN: NGB-OPARC, 111 South George Mason Dr., Bldg 2, 4th Floor, Arlington, VA 22204-1373 Point of contact: TSgt Elizabeth R. henderson., Contract Specialist 240-612-8020 elizabeth.r.henderson.mil@mail.mi
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA90/W9133L-17-R-A2SA/listing.html)
- Record
- SN04736174-W 20171110/171108231625-b88b59653ab672aaa5ab0e63a6f5371d (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 |