Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 09, 2019 FBO #6468
SOURCES SOUGHT

D -- Infrastructure Engineering Support; Identity Engineering Support; Enterprise Architecture, Design, and Operations; Enterprise Cloud Program Support; and Enterprise Cloud Application Migration Support

Notice Date
8/7/2019
 
Notice Type
Synopsis
 
NAICS
541519 — Other Computer Related Services
 
Contracting Office
N00189 NAVSUP Fleet Logistics Center Norfolk Mechanicsburg Office 5450 Carlisle Pike P.O. Box 2020 Mechanicsburg, PA
 
ZIP Code
17055
 
Solicitation Number
N0018919QQ502
 
Response Due
8/16/2019
 
Archive Date
8/31/2019
 
Point of Contact
Charles.Hoyes@navy.mil
 
Small Business Set-Aside
N/A
 
Description
Request for Information The Naval Supply Systems Command (NAVSUP) Fleet Logistics Center Norfolk (FLCN) Mechanicsburg Contracting Office is performing market research on behalf of the Naval Supply Systems Command (NAVSUP) Business Systems Center (BSC) to identify capable industry sources to provide Infrastructure Engineering Support; Identity Engineering Support; Enterprise Architecture, Design, and Operations; Enterprise Cloud Program Support; and Enterprise Cloud Application Migration Support Background NAVSUP BSC seeks to provide a seamless, unified customer experience through the delivery of state-of-the-art technology and seeks to collaborate with business partners creating the best experience for all customers. NAVSUP BSC is requesting contractor services to obtain expertise support for enhancing and expanding the NAVSUP Enterprise Web infrastructure to support multiple data centers and cloud service providers. As NAVSUP expands into different multi- and hybrid-cloud solutions, workloads for infrastructure services such as web front end proxy services, Identity Management (IDM) services (based on Oracle Identity and Access Management products), and Service Oriented Architecture (SOA) approaches are rapidly increasing and professional-level architecture support is required to ensure proper staffing and implementation. This effort directly supports NAVSUP BSC s efforts in providing an overall cohesive Enterprise Web Infrastructure, data management, Portal, IDM, and SOA-based services strategy for commands within the Department of Navy (DoN), Department of Defense (DoD) and other customers of NAVSUP BSC. Description of Services This is a new requirement. See the attached DRAFT PWS. Initial market research performed by the requiring activity has indicated that only one vendor is capable of providing the required services at the qualification level required and with the experience working in the NAVSUP BSC environment to be able to perform this support. Specific Information The Government is requesting industry feedback in the following areas: 1. Vendor interest Capability of performing the work in accordance with the DRAFT PWS 2. Suggested Contract Vehicle GSA, GSA STARSII, VETS2, NASA SEWP, etc. 3. Vendor size status 4. Suggested NAICS 5. Any other feedback vendors are willing to provide. Request for Statements of Capability (SOC): Interested parties who believe they have the capability to perform as a prime contractor in support of this effort must submit a Statement of Technical Capabilities (SOC), by 16 August 2019 that includes the following information: General Information - Personnel/Size Standard, Company Name, Mailing Address, Point of Contact and Telephone Numbers, Business Size Classification (NAICS Code is 541519 Other Computer Related Services), Small or Other than Small Business, and experience-specific work previously performed relevant to this effort. Technical Capabilities - The SOC must address relevant experience and demonstrate the ability to provide the required services, as mentioned in the Description of Services section or the PWS; provide qualified resources in accordance with the DoD 8570.01-M section of the PWS and Section 12.0 Qualifications/Experience section of the PWS. The SOC may also provide a narrative as to why the Qualifications/Experience section may not be a minimum requirement in order to perform the work and the approach the vendor would take towards accomplishing the tasks in the PWS absent the requirements of Section 12.0. The SOCs must be submitted by 16 August 2019, 12:00 p.m. Eastern Time. Submit an electronic copy of the SOC via email to Mr. Charles Hoyes at charles.hoyes@navy.mil. Oral communications are not acceptable in response to this notice. The SOC will be evaluated solely for the purpose of determining the respondent s ability to meet the government s requirements and schedule as described above. A determination not to compete this proposed effort on a full and open competition basis is based upon responses to this notice and is solely within the discretion of the Government. The Government will use the SOC to help determine the interest and ability of qualified sources in the marketplace. This announcement is for information and planning purposes only. It does not constitute a RFP and is not to be construed as a commitment by the Government. The Government will not pay any cost associated with the submittal of information solicited herein. The SOC and all related communications that contain proprietary information should be marked as such. Small Business Consideration: Small Business firms with the capability to perform this requirement are encouraged to participate. The anticipated North American Industry Classification System (NAICS) code for this effort is 541519. The anticipated small business size standard is $27.5M. If you are interested only in subcontracting opportunities, please indicate clearly in your submission. Participation from small and small disadvantaged businesses is highly encouraged. Small Businesses must submit their responses to the PCO/Mr. Charles Hoyes at charles.hoyes@navy.mil. Disclaimer and Notes: NAVSUP FLCN will not be obligated to pursue any particular acquisition alternative as a result of this RFI. Responses to the RFI will not be returned. Not responding to this RFI does not preclude participation in any future solicitation, if one is issued. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (07-AUG-2019); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT 877-472-3779 or fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link To Document
(https://www.fbo.gov/notices/e369a834064ad8c65316928d6e5c8b16)
 
Place of Performance
Address: 5450 Carlisle Pike, Mechanicsburg, PA
Zip Code: 17055
Country: US
 
Record
SN05396015-F 20190809/190807230026 (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.