SOURCES SOUGHT
D -- Navy Systems Support Group (NSSG)
- Notice Date
- 3/17/2020 1:17:10 PM
- Notice Type
- Sources Sought
- NAICS
- 541513
— Computer Facilities Management Services
- Contracting Office
- W2V6 USA ENG SPT CTR HUNTSVIL HUNTSVILLE AL 35806-0000 USA
- ZIP Code
- 35806-0000
- Solicitation Number
- W912DY-19-R-NSSG
- Response Due
- 4/1/2020 12:00:00 PM
- Archive Date
- 04/16/2020
- Point of Contact
- Gabriele Jarrell
- E-Mail Address
-
gabriele.jarrell@usace.army.mil
(gabriele.jarrell@usace.army.mil)
- Description
- The original sources sought (W912DY-19-R-0204 - Navy Systems Support Group (NSSG))�was posted to FedBizOpps on 18 September 2019. This sources sought notice is an amendment to the original. This is a SOURCES SOUGHT notice. �The Government is seeking to identify qualified sources under North American Industry Classification System (NAICS) code 541513 �Computer Facilities Management Services�. The small business size standard is $30 Million. �This notice is for market research purposes only and IS NOT A REQUEST FOR PROPOSAL nor does it restrict the Government as to the ultimate acquisition approach.� The Government will analyze all responses and determine if the pool of qualified and interested small business firms is significant enough for a total set-aside competition restricted to small businesses or for a partial set-aside competition restricted to small businesses. If the determination is made that there are not enough qualified and/or interested small business firms to perform this requirement, the Government may solicit the acquisition as an unrestricted full and open competition. The Government will not reimburse respondents for any costs incurred in preparation of a response to this notice.� Responses to this notice are not offers and cannot be accepted by the Government to form a binding contract.� The Government does not intend to rank responses, provide any reply to interested companies and responses will not be returned. CONTRACT INFORMATION. The U.S. Army Corps Engineer, Huntsville Engineering and Support Center (CEHNC) is seeking a qualified firm to provide technical support for the Navy Systems Support Group (NSSG) Facility Equipment Maintenance (FEM) program which is a facility asset management application that provides the tools needed for managing the O&M of real property facilities. Support also includes developing corporate metrics, process improvements, data analysis, and developing implementation processes for FEM software patches & upgrades. The Government intent is to solicit and award an Indefinite Delivery/ Indefinite Quantity (ID/IQ) contract in support of the NSSG FEM Program. CEHNC anticipates awarding a contract for twelve (12) month base ordering period, and 4, twelve (12) months optional ordering periods. The anticipated program capacity is approximately $60 Million.� The Government is performing market research in order to determine if small businesses possess the capability to execute the requirements within this acquisition.� Respondents need to indicate all small business designations (small business, 8(a), certified HUBZone, Small Disadvantaged Business, Woman Owned, Minority, Native American and/or Service Disabled Veteran Owned).� Interested small business firms who meet the capability requirements identified in this notice are requested to reply to this notice with a response to the questions below.� If no experience or capabilities are associated with a particular question, so indicate.� Based upon small business responses received, consideration will be given to defining whether part or all of the acquisition will be set-aside for small business competition. PROJECT INFORMATION. The Government�s objective is to provide continuing support and services for NSSG as a field activity in direct support of NAVSEA Directorate SEA 04X. The contractor shall provide support services and subject matter expertise in the following areas: Naval Shipyard maintenance processes and IT systems; facilitation and continuous process and performance improvement (CPPI); process and software implementation and training; operations research, decision support analytics, metrics development; and strategic planning. These services will support NSSG with fulfilling their mission. Services will be provided in government and contractor facilities which may be Contiguous United States, Alaska, Hawaii, and in �outlying areas� as defined by Federal Acquisition Regulation (FAR) 2.101 and Outside the Contiguous United States. SUBMISSION REQUIREMENTS. Interested firms must complete the capabilities questionnaire by providing brief narratives indicating your firms experience and qualifications with similar types of services, as well as the prime contractors� name, address, point of contact phone number and email address, and complete the capabilities questionnaire. Submission shall be received NO LATER THAN: 2:00 p.m. Central Time, Wednesday, 1 April 2020 and submitted to: gabriele.jarrell@usace.army.mil.� The submissions should be Times New Roman, font size no smaller than 10 and should not exceed ten (10) one-sided, 8 �"" X 11"" pages.� Computer files must be compatible with Microsoft Word 2017.� NO HARD COPY OR FACSIMILE SUBMISSIONS WILL BE ACCEPTED.� Cover letters and extraneous materials (brochures, etc.) will not be considered.� Questions concerning submissions should be directed to gabriele.jarrell@usace.army.mil.� Personal visits for discussing this notice will not be scheduled.� THIS IS NOT A REQUEST FOR A PROPOSAL.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/8ad5c8215b0349db9409347aa9fa6f3c/view)
- Record
- SN05592288-F 20200319/200317230153 (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 |