MODIFICATION
D -- FTSMCS Services
- Notice Date
- 7/24/2018
- Notice Type
- Modification/Amendment
- NAICS
- 541511
— Custom Computer Programming 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-19-R-FTSM
- Archive Date
- 9/28/2018
- Point of Contact
- MAJ Jeremy M. Goldsmith, Phone: 7036048124
- E-Mail Address
-
jeremy.m.goldsmith.mil@mail.mil
(jeremy.m.goldsmith.mil@mail.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- Since 1998, the FTSMCS contract provided automated data processing and Information Technology (IT) support services to virtually all of the operational divisions within NGB Headquarters. The contract also supports individual States by facilitating and streamlining the exchange of information within the National Guard. Over the past nine years, the personnel and soldiers working in support of the FTSMCS have maintained responsibilities in the following key areas: Manpower; Personnel; Budget Cycles; Accounting Management; Resource Distribution and Management; Force Structure; Force Management, and Counterdrug (CD) Operations. SOURCES SOUGHT SYNOPSIS (Not a Notice of Solicitation) The United States Army National Guard Operational Contracting Branch, NGB-AQ, is seeking information on potential sources and industry feedback on the attached Draft Performance Work Statements for Full Time Support Management Control System (FTSMCS) Services. This Sources Sought Synopsis is published for market research purposes only, to identify potential sources capable of providing services for multiple locations within the United States in accordance with Department of Defense standards and applicable local, state, and Federal laws. This requirement is a follow-on effort to an existing contract, W9133L-16-C-0081. Information regarding this contracts can be found within the FPDS-NG website. TECHNICAL REQUIREMENTS The Draft Performance Work Statement has all of the information listed in regards to the technical requirements for this effort. As a reminder, these are drafts and estimates which are subject to be changed. The North American Industry Classification System (NAICS) code for this requirement is 541511. The SBA Size Standard is $27,500,000.00. The Product Service Code (PSC) for this requirement is D308. The Government reserves the right to consider a small business set-aside based upon responses hereto for any subsequent action. All prospective contractors must be registered in the System for Award Management (SAM) database to be awarded a DOD contract and with their local SBA office. Note that a key factor in determining an acquisition to be a Small Business Set Aside is that small business prime contractors must perform at least 50% of the effort, as defined in Federal Acquisition Regulation (FAR) clause 52.219-14. The Army National Guard anticipates an acquisition for a base and two option years. Any information submitted by respondents to this sources sought synopsis is voluntary. This sources sought notice is not to be construed as a commitment by the Government, nor will the Government reimburse any costs associated with the submission of information in response to this notice. Respondents will not be individually notified of the results of any Government assessments. The Government's assessment of the capability statements received will factor into whether any forthcoming solicitation will be conducted as a full and open competition or as a set-aside for small businesses, or any particular small business program. INSTRUCTIONS: 1. The information below provides a "Contractor Capability Survey" to allow you to document your company's capabilities in meeting these requirements. 2. If, after reviewing these documents, you desire to participate in the market research, please complete and return the Contractor Capability Survey below. Response format and due date information is specified at the bottom portion of this notice. Failure to provide a complete response may result in the government being unable to adequately assess your capabilities. If you lack sufficient experience in a particular area, please provide details explaining how you would overcome the lack of experience/capabilities in order to perform that portion of the requirement (i.e., teaming, subcontracting, etc.) 3. This sources sought inquiry is for all potential vendors. Questions relative to this market survey should be addressed via email to MAJ Jeremy Goldsmith, NGB-AQ, at jeremy.m.goldsmith.mil@mail.mil. Part I. Sources Sought: Please provide the following business information for your firm in the following format: Vendor Name/ Cage Code/ Point of Contact:Socio-Economic Status/ GSA Contract #Capability [ABC, Inc] Cage:[1FAK4] Name:[John Smith] Phone: [(555)123-4567] Email: [john.smith@abcinc.com] URL: www.abcinc.com 1. [Small Business] 2. [8(a) Certified] 3. [SDVOSB] 4. [WOSB] 5. [GSA Contract # GS-10F-1111X][Provides all required services with consistent superior past performance ratings. Able to successfully provide surge capacity when required. Substantial operations in every state in Northeast Region.] Please also indicate in this table:  If your company has experience providing the services anticipated in the attached PWS.  Whether your company has recent sales history to commercial companies.  Whether your company has a contract under a Federal Supply Schedule that would address all required services. If so, please provide the relevant GSA contract number. Attention: Small business respondents who are interested in submitting a proposal as the prime contractor for this effort: The acquisition strategy for this requirement has not been decided; however, the Army National Guard is contemplating setting this acquisition aside for small businesses if there is sufficient demonstrated interest and capability. Note that a key factor in determining an acquisition to be a Small Business Set Aside is that two or more small business prime contractors must be capable of providing at least 50% of the entire scope of the effort, as defined in Federal Acquisition Regulation (FAR) clause 52.219-14, Limitations on Subcontracting. Provide specific details and rationale as to how compliance with FAR clause 52.219-14 would be achieved, including specific details regarding teaming arrangements, etc. If subcontracts are to be used, provide anticipated percentage of effort to be subcontracted and whether small or large businesses will be used. Teaming and/or subcontracting arrangements should be clearly delineated and previous experience in teaming must be provided. Attention all potential respondents: If this acquisition is not set aside for small business, it is anticipated that the contract may contain a small business utilization requirement. Please provide feedback on what areas of this requirement are likely candidates for small business subcontracting. Part II. Request for Information: If possible, please provide answers to the following questions. 1. Are there specific requirements in the documentation that has the effect of limiting competition among potential vendors? 2. Is there an alternate NAICS that you believe is more appropriate for this requirement? If so, what is the NAICS and why? 3. Is there anything in the PWS that has the effect of creating duplicative of unnecessary costs to the Government? Do you have any additional comments on the PWS? Has the Government fully defined the PWS? Is there additional information that the vendor requires? 4. Based on your experience, are the requested services commercial in nature as defined by FAR 2.101? If so, why, and are there established catalog or market prices for these services? 5. The Government anticipates a Single Award IDIQ contract to support the Government's requirement for FTSMCS Services. The Government requests that potential vendors provide information, concerns both positive and negative, and potential issues that would result from this acquisition strategy. CAPABILITIES PACKAGE: All interested firms shall submit a response demonstrating their capabilities to provide the requested items to the primary point of contact listed below. Any information submitted by respondents to this sources sought synopsis is voluntary. As stipulated in Federal Acquisition Regulation 15.201, responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. Any information submitted by respondents to this sources sought synopsis is voluntary and will not be returned. The Government will not reimburse any costs incurred or associated with the submission of information in response to this notice. The decision to solicit for a contract shall be solely within the Government's discretion. Additional company capability information is welcome, however responses are limited to 5 pages. Responses must be submitted electronically in a Microsoft Word or PDF compatible format to be received no later than the date listed in the FBO notice. Direct all questions concerning this acquisition to MAJ Jeremy Goldsmith at the above email address. Do not contact for information regarding acquisition strategy or regarding the potential solicitation posting date. The Government's assessment of the capability statements received will factor into whether any forthcoming solicitation will be solicited as full and open or set-aside for small business, or any particular small business program (e.g. SDVOSB, EDWOSB, HUBZone, 8(a), etc.). Be advised that all correspondence sent via e-mail shall contain a subject line that reads "Sources Sought - FTSMCS." Attachments with files ending in ".zip" or ".exe" are not allowable and files will be stripped and deleted from any emails received by the Government. Ensure only.pdf,.doc(x), or.xls(x) documents are attached to your email.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA90/W9133L-19-R-FTSM/listing.html)
- Place of Performance
- Address: 111 S. George Mason Dr., Arlington, Virginia, 22204-4373, United States
- Zip Code: 22204-4373
- Zip Code: 22204-4373
- Record
- SN05005030-W 20180726/180724231204-d62d6754d23a9b9f719ed8592cda121e (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 |