Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 28, 2018 FBO #6091
SOURCES SOUGHT

D -- Reserve End Item Management System (REIMS)/ Force and Asset Search Tool (FAAST), U.S. Army Reserves Command (USARC). - PWS

Notice Date
7/26/2018
 
Notice Type
Sources Sought
 
NAICS
518210 — Data Processing, Hosting, and Related Services
 
Contracting Office
Department of the Army, Army Contracting Command, MICC, MICC - Fort Bragg, Installation Contracting Office, Drawer 70120, Fort Bragg, North Carolina, 28307-0120, United States
 
ZIP Code
28307-0120
 
Solicitation Number
W91247-18-Q-4449
 
Archive Date
8/17/2018
 
Point of Contact
Eliud Temblador, Phone: 9109075110, Rosetta C. Owens, Phone: 9109082578
 
E-Mail Address
eliud.temblador.mil@mail.mil, rosetta.c.owens.civ@mail.mil
(eliud.temblador.mil@mail.mil, rosetta.c.owens.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
PWS SOURCES SOUGHT SYNOPSIS: W91247-18-Q-4449 THIS IS A Sources Sought Notice ONLY. The U.S. Government currently intends to award a contract for web based Redistribution and Asset Visibility Tool, also known as, Reserve End Item Management System (REIMS)/ Force and Asset Search Tool (FAAST), U.S. Army Reserves Command (USARC). The estimated period of performance consists of One (1) twelve (12) month base performance period with three (3) twelve (12) month option years with performance commencing in September 2018. Specifics regarding the number of option periods will be provided in the solicitation on an SOLE SOURCE basis, but is seeking vendors that may be able to perform this requirement in order to support a competitive procurement. Accordingly, the U.S. Government highly encourages all interested businesses (large and small) to respond to this sources sought synopsis. In addition, small businesses, in all socioeconomic categories (including, 8(a) Business Development Program, Small Disadvantage Business, Historically Underutilized Business Zone, Service-Disabled Veteran-Owned, Women-Owned Small Business concerns), must describe their identifying capabilities in meeting the requirements at a fair market price, i.e., information which may help support a set-aside. The proposed sole source firm fixed price contract is currently being satisfied by Ganuch Inc. providing Management System /Force Asset Search Tool (REIMS/FAAST). The statutory authority for the sole source procurement is 10 United States Code 2304(c)(1) as implemented in Federal Acquisition Regulation 6.302-1(a)(2)(iii), Only One Responsible Source and No Other Supplies or Services Will Satisfy Agency Requirements. Attached is the draft Performance Work Statement (PWS for the required service. This notice 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. A determination not to compete this requirement, based upon responses to this notice, is solely within the discretion of the Government. However, if a competitive solicitation is released, it will be synopsized on the Governmentwide Point of Entry. It is the responsibility of potential offerors to monitor the Governmentwide Point of Entry for additional information pertaining to this requirement. The North American Industry Classification Code (NAICS) 518210 (Data Processing, Hosting, and Related Services). The Small Business Size Standard is $25 million. The Government will use responses to this sources sought synopsis to make an appropriate acquisition decision about soliciting this project as either a competitive Set-Aside or full and open competition as Unrestricted; or to proceed with this project as a negotiated sole source procurement. In response to this sources sought, please provide: 1. Identify any condition or action that may be having the effect of unnecessarily restricting competition with respect to this acquisition and identify alternatives or solution solutions. Also contact the MICC Advocate for Competition, Scott Kukes, at scott.d.kukes.civ@mail.mil or 210-466-3015, 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 Sources Sought Synopsis. Provide the specific aspects that unreasonably restrict competition and the rationale for such conclusion. 2. Name of the firm, point of contact, phone number, email address, DUNS number, CAGE code, identify business size (large business or a small business), and if applicable, 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. 3. 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. 4. 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. Tailor the information requested to the requirement, e.g. lead time for implementation, proposed solution, alternative solution, security clearances, bonding requirements, etc., as applicable. 5. Information to help determine if the requirement (item or service) 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. 6. Identify how the Army can best structure these contract requirements to facilitate competition, including competition among small business concerns. 7. Recommendations to improve the Army's approach/specifications/draft PWS/PRS to acquiring the identified items/services.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/921ba310d9679e28c6f933cd06255e06)
 
Place of Performance
Address: Fort Bragg, Fort Bragg, North Carolina, 28310, United States
Zip Code: 28310
 
Record
SN05007970-W 20180728/180726230857-921ba310d9679e28c6f933cd06255e06 (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.