Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 12, 2018 FBO #6106
SPECIAL NOTICE

D -- INTENT TO SOLE SOURCE

Notice Date
8/10/2018
 
Notice Type
Special Notice
 
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
FAAST095802
 
Archive Date
9/4/2018
 
Point of Contact
Eliud, 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
Synopsis- Notice of Intent to Sole Source The Mission and Installation Contracting Command (MICC) Center-Fort Bragg located at Fort Bragg, NC intends to award a sole source contract to Ganuch, Inc., 150 Howell Rd Ste A., Tyrone, GA, 30290 to provide The Force and Assessment Tool support and services at Fort Bragg, NC. The anticipated period of performance is 1 Sep 2018 through 31 Aug 2019 with three (3) one-year option periods. The proposed contract action, for which the Government intends to solicit and negotiate with only one source under provisions of 10 U.S.C. 2304(d)(1)(B) as implemented by of FAR 8.405-6(a)(1)(i)(B). Only One Responsible Source and No Other Supplies or Services Will Satisfy Agency Requirements. It is anticipated that the Government will award a Firm Fixed-Price (FFP) contract for this requirement. The associated North American Industry Classification System (NAICS) code is 51820 "Data Processing, Hosting" with a size standard of $32.5M. Points of contact for this acquisition are the Contract Specialist, SSG Eliud Temblador, @ eliud.temblador.mil@mail.mil or the Contracting Officer, Ms. Angelina M. Clements, @ angelina.m.clements.civ@mail.mil. These services include but are not limited to the following:  The FAAST system gathers information from data elements which include Property Book Unit Enhanced (PBUSE), Logistics Support Activity (LOGSA), U.S. Army Force Management Support Agency (USAFMSA), Surface Deployment and Distribution Command (SDDC), and has the capability to import manual files from the AR. It also filters and displays data by designated Task Force, Custom Profiles and multiple levels of Asset Visibility for equipment management. It accomplishes this in a Department of Defense (DoD) Information Assurance Certification and Accreditation Process (DIACAP) approved defense business system (DBS) to provide a management capability to the USARC and their staff. REIMS/FAAST supports over 10,896 trained AR users throughout the Continental US (CONUS) and Puerto Rico. This notice of intent is not a request for competitive proposals. Interested persons may identify their interest and capability to respond to the requirement or submit proposals. A determination by the Government not to compete this proposed contract based upon responses to this notice is solely within the discretion of the Government. Information received will be considered solely for the purpose of determining whether to conduct a competitive procurement. Any response to this notice must show clear and convincing evidence that competition would be advantageous to the Government. In doing so, interested sources must submit technical capabilities, and other information that demonstrates their ability to meet the Government's needs. Detailed capabilities must be submitted to SSG Eliud Temblador via email at: eliud.temblador.mil@mail.mil This synopsis is not to be considered a Request for Quotation (RFQ) or Proposal. No solicitation document is available and telephone requests will not be honored. No contract will be awarded on the basis of offers received in response to this notice, but offers will be used to determine if a comparable source is available and more advantageous to the Government. If no affirmative written response is received within 10 days from the publication of this synopsis, a contract may be awarded to Ganuch, Inc., located at 150 Howell Rd Ste A., Tyrone, GA, 30290
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/21e3c99a5ebddbecccd59ba7904dd79f)
 
Place of Performance
Address: The location for the performance work statement will allow the use of a remote site as well as a government facility., United States
 
Record
SN05031339-W 20180812/180810230818-21e3c99a5ebddbecccd59ba7904dd79f (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.