Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 08, 2020 SAM #6645
SOURCES SOUGHT

U -- Information Technology Support for US Army Ordnance School

Notice Date
2/6/2020 9:17:47 AM
 
Notice Type
Sources Sought
 
NAICS
611430 — Professional and Management Development Training
 
Contracting Office
W6QM MICC-FT GORDON FORT GORDON GA 30905-5719 USA
 
ZIP Code
30905-5719
 
Solicitation Number
W91249-0011378938
 
Response Due
2/20/2020 5:00:00 AM
 
Archive Date
03/06/2020
 
Point of Contact
Heather M Woodward, Phone: 7067911815
 
E-Mail Address
heather.m.woodward2.civ@mail.mil
(heather.m.woodward2.civ@mail.mil)
 
Description
SOURCES SOUGHT TECHNICAL DESCRIPTION FOR SERVICES TEMPLATE INTRODUCTION The Mission and Installation Contracting Command (MICC), Fort Gordon, GA is issuing this sources sought synopsis as a means of conducting market research to identify parties having an interest in and the resources to support the requirement for Instructional Support. This requirement is for server and network support personnel for the Ordnance School, to provide server and network support to the U.S. Army Ordnance School at Fort Lee, Virginia, Fort Gordon, Georgia and Fort Sill, Oklahoma. The intention is to procure these services on a competitive basis. PROGRAM BACKGROUND:� The Ordnance School has a mission of planning, providing, and sustaining Initial Entry Training (IET) for different Military Occupational Specialist (MOSs). Further detail is provided in the draft Performance Work Statement (PWS) attached to this announcement. BASED ON THE RESPONSES TO THIS SOURCES SOUGHT NOTICE/MARKET RESEARCH, THIS REQUIREMENT MAY BE SET-ASIDE FOR SMALL BUSINESSES (IN FULL OR IN PART) OR PROCURED THROUGH FULL AND OPEN COMPETITION, and multiple awards MAY be made. All Small Business Set-Aside categories will be considered. Telephone inquiries will not be accepted or acknowledged, and no feedback or evaluations will be provided to companies regarding their submissions. PLACE OF PERFORMANCE Fort Lee, VA; Fort Gordon, GA; Fort Sill, OK. �Contractors may be required to travel (PWS, para 1.6.14) in support of this contract. DISCLAIMER ��THIS SOURCES SOUGHT IS FOR INFORMATIONAL PURPOSES ONLY. THIS IS NOT A �REQUEST FOR PROPOSAL (RFP)� TO BE SUBMITTED. IT DOES NOT CONSTITUTE A SOLICITATION AND SHALL NOT BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT. RESPONSES IN ANY FORM ARE NOT OFFERS AND THE GOVERNMENT IS UNDER NO OBLIGATION TO AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCEMENT. NO FUNDS ARE AVAILABLE TO PAY FOR PREPARATION OF RESPONSES TO THIS ANNOUNCEMENT. ANY INFORMATION SUBMITTED BY RESPONDENTS TO THIS TECHNICAL DESCRIPTION IS STRICTLY VOLUNTARY. RESPONSES WILL NOT BE RETURNED TO THE RESPONDER. NOT RESPONDING TO THIS NOTICE DOES NOT PRECLUDE PARTICIPATION IN ANY FUTURE REQUEST FOR QUOTE (RFQ) OR INVITATION FOR BID (IFB) OR RFP, IF ANY ISSUED. IF A SOLICITATION IS RELEASED, IT WILL BE SYNOPSIZED ON THE GOVERNMENT-WIDE POINT OF ENTRY (GPE). IT IS THE RESPONSIBILITY OF POTENTIAL OFFERORS TO MONITOR THE GPE FOR ADDITIONAL INFORMMATION PERTAINING TO THIS REQUIREMENT.� REQUIRED CAPABILITIES: The Contractor shall provide all personnel, equipment, supplies, transportation, tools, materials, supervision, and other items and non-personal services necessary to perform server and network support as defined in this Performance Work Statement except for those items specified as Government furnished property and services.� The Contractor shall perform to the standards in this contract server and network support. If your organization has the potential capacity to fulfill this requirement, please provide the following information: 1) Organization name, address, email address, Web site address, telephone number, and size and type of ownership for the organization; and 2) Tailored capability statements addressing the particulars of this effort, with appropriate documentation supporting claims of organizational and staff capability. If significant subcontracting or teaming is anticipated in order to deliver technical capability, organizations should address the administrative and management structure of such arrangements. The Government will evaluate market information to ascertain potential market capacity to: 1) provide services consistent, in scope and scale, with those described in this notice and otherwise anticipated; 2) secure and apply the full range of corporate financial, human capital, and technical resources required to successfully perform similar requirements; 3) implement a successful project management plan that includes: compliance with tight program schedules; cost containment; meeting and tracking performance; hiring and retention of key personnel and risk mitigation; and 4) provide services under a performance based service acquisition contract. SPECIAL REQUIREMENTS: Personnel and Facility Security Clearances. At the time of the proposal submission,all contractors to include subcontractors, performing on this contract shall have a final Top Secret securityclearance with SCI eligibility and shall maintain the required security clearance throughout the life of the contract.Contractor employees performing on this contract must be U.S. citizens. All contractors must have a TS/SCI clearance, receive SCI read-ons, have a SIPR account with a SIPR token, and a JWICS account within two (2) weeks of the contract award date. The contractor is responsible for acquiring theclearances. The contractor shall ensure that all assigned personnel understand applicable security policies anddirectives found in DOD 5220.22-M, National Industry Security Program Operating Manual (NISPOM); AR 380-5,Information Security Program, and all other applicable policies and regulations.A DD Form 254 Contract Security Classification Specification shall apply to this requirement and the prime contractor shall have or demonstrate ability to obtain a Top Secret Facility Clearance. � Service Contract Act ELIGIBILITY: The applicable NAICS code for this requirement is�611430 (Professional and Management Development Training) with a Small Business Size Standard of $12 MIL. The Product Service Code is�U008 (Education and Training Services). Businesses of all sizes are encouraged to respond; however, each respondent must clearly identify their business size in their capabilities statement. ADDITIONAL INFORMATION AND SUBMISSION DETAILS (CAPABILITIES STATEMENT): A draft Performance Work Statement (PWS) are attached for review. � Interested parties are requested to submit a capabilities statement of no more than ten (10) pages in length in Times New Roman font of not less than 10 pitch. The deadline for response to this request is no later than 6 a.m., EST on 20�February 2020. All responses under this Sources Sought Notice must be e-mailed in Microsoft Word or Portable Document Format (PDF) to heather.m.woodward2.civ@mail.mil. No phone calls will be accepted. All questions must be submitted to the contract specialist identified above. The Government is not committed nor obligated to pay for the information provided, and no basis for claims against the Government shall arise as a result of a response to this Sources Sought. This documentation must address at a minimum the following items: 1.) What type of work has your company performed in the past in support of the same or similar requirement? 2.) Can or has your company managed a task of this nature? If so, please provide details. 3.) Can or has your company managed a team of subcontractors before? If so, provide details. 4.) What specific technical skills does your company possess which ensure capability to perform the tasks? 5.) Provide a statement including current small/large business status and company profile to include number of employees, annual revenue history, office locations, DUNs number, etc. 7.) Respondents to this notice also must indicate whether they qualify as a Small, Small Disadvantaged, Women-Owned, HUBZone, or Service Disabled Veteran-Owned Small Business Concern. 8.) Include in your response your ability to meet the Building Managers requirements. 9.) The estimated period of performance consists of base year of 12 months�plus four�(4) 12-month�option years. Specifics regarding the number of option periods will be provided in the solicitation. TYPE OF CONTRACT: The Government will award a Firm Fixed Price. The proposed contract is anticipated to include tasking that would be accomplished by labor categories that aresubject to the Service Contract Act or a collective bargaining agreement. Upon evaluation of the capability statements, if it is determined that this requirement will be an unrestricted competition, the Government intends to evaluate the Small-Business responses and conduct further market research to identify a subcontracting goal. All data received in response to this Sources Sought that is marked or designated as corporate or proprietary will be fully protected from any release outside the Government. No phone calls will be accepted. All questions must be submitted to the contract specialist identified above. The Government is not committed nor obligated to pay for the information provided, and no basis for claims against the Government shall arise as a result of a response to this Sources Sought.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/1345ac4a058b49a3921145f15880cf05/view)
 
Place of Performance
Address: Fort Gordon, GA 30905, USA
Zip Code: 30905
Country: USA
 
Record
SN05554049-F 20200208/200206230139 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.