SOURCES SOUGHT
D -- Enhanced 911
- Notice Date
- 6/17/2022 6:45:25 AM
- Notice Type
- Sources Sought
- NAICS
- 541511
— Custom Computer Programming Services
- Contracting Office
- W6QK ACC-APG DIR ABERDEEN PROVING GROU MD 21005-3013 USA
- ZIP Code
- 21005-3013
- Solicitation Number
- W56ZTN-22-Q-0004
- Response Due
- 6/27/2022 10:00:00 AM
- Point of Contact
- Amy M. Bowen, Phone: 4438614758, Sandra A. Anderson, Phone: 4438614753
- E-Mail Address
-
amy.m.bowen.civ@army.mil, sandra.a.anderson12.civ@army.mil
(amy.m.bowen.civ@army.mil, sandra.a.anderson12.civ@army.mil)
- Small Business Set-Aside
- HZC Historically Underutilized Business (HUBZone) Set-Aside (FAR 19.13)
- Description
- This is a SOURCES SOUGHT Market Survey. �The United States Army Contracting Command, Tenant Division, Facilities Branch is conducting this sources sought market survey to determine potential sources capable of fulfilling a Enhanced 911 Contract for the Directorate of Emergency Services at Aberdeen Proving Ground, Maryland. THERE IS NO SOLICATION AVAILABLE AT THIS TIME. REQUESTS FOR A SOLICITATION WILL NOT RECEIVE A RESPONSE. Any information submitted by respondents to this request is strictly voluntary. This market survey does not constitute a Request for Proposals (RFP) or a request for sealed bids (IFB), nor does it issuance restrict the Government as to its ultimate acquisition approach.� The Government will neither award a contract solely on the basis of this notice, nor pay respondents for any information that they submit in response to this Sources Sought request. 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 INFORMATION PERTAINING TO THIS REQUIREMENT.�� PLACE OF PERFORMANCE: �Aberdeen Proving Ground Maryland. � BACKGROUND Aberdeen Proving Ground (APG) is located in Maryland, and is spread-out in four locations to include APG North, APG South, Adelphi Laboratory Center, and Blossom Point and consists of approximately 75,580 acres and 1,702 buildings. �The workforce has more than 23,000 military, civilian and contactor employees whom are responsible for numerous technical achievements in military intelligence, medical research, engineering, and computer technology. �There are approximately 2,000 resident family members. � In September 2013, Directorate of Operations (DoO), Aberdeen Proving Ground (APG) acquired, in accordance with (IAW) U.S. Army and Department of Defense (DoD) RMF requirements, a CAD solution software, hardware, and license[s]., which provided a CAD solution utilizing proprietary/trademark software designed specifically to the DoO�s mission requirement. This solution has been successfully deployed and maintained since its implementation REQUIRED CAPABILITIES: The purpose of this sources sought is to identify Small Business HUBZone sources that can provide Enhanced 911 to US. Army Garrison Aberdeen Proving Grounds (USAGAPG). �The Contractor shall ensure all work accomplished in the performance of this PWS meets all applicable Federal, State, and local laws, regulations, and directives. The Contractor shall provide the APG Directorate of Operations with a , cloud based solution of Azue.gov or equal that has been designed to, and capable of, being installed and operational on the Army NIPR-net. �The Contractor shall provide an Emergency Management (EM) e911solution, thru secure data center site, Azure.gov. �This solution is to include CAD, NG9-1-1, Mapping, AVL, Mobility, Voice/call recording, texting, ProQa, and Fire Station Alerting for Aberdeen Proving Ground, Directorate of Operations Emergency Communications centers. �This service will need to �include all personnel, equipment, supplies, transportation, tools, materials, supervision, other items and non-personal services necessary to support the maintenance and equipment relocation services as required in this Performance Work Statement (PWS), except, for those otherwise stated herein. The Contractor shall perform to the standards in this contract. Contractor will conduct final Acceptance Testing of the solution. � Further detail is provided in the DRAFT Performance Work Statement. (Attachment). �The contractor shall be able to pass all background requirements, support all technical, operational, safety, and security requirements.� ELIGIBILITY: �The applicable NAICS code for this requirement is 541511 Custom Computer Programing with a Small Business Size Standard of $30M. �The Product Service Code is DF10. � While the primary purpose is to identify small business, businesses of all sizes are encouraged to respond; however, each respondent must clearly identify their business size in their capabilities statement. All Companies responding must be registered with System for Award Management (SAM). Contractors are encouraged to obtain further information on SAM registration at the following website: https://www.sam.gov/portal/public/SAM SUBMISSION DETAILS: If your organization has the potential capacity to perform these contract services, please provide the following information:� 1) Organization name, address, email address, Web site address, telephone number, CAGE Code and size and type of ownership for the organization; 2) �Respondents to this notice also must indicate whether they qualify as a Small, Small Disadvantaged, 8(a),Women-Owned, HUBZone, or Service Disabled Veteran-Owned Small Business Concern; and� 3) 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.� Your response to this Sources Sought, including any capabilities statement, shall be electronically submitted to the Contract Specialist, Amy M. Bowen, in either Microsoft Word or Portable Document Format (PDF), via email amy.m.bowen.civ@army.mil. � BASED ON THE RESPONSES TO THIS SOURCES SOUGHT NOTICE/MARKET RESEARCH, THIS REQUIREMENT MAY BE SET-ASIDE FOR SMALL BUSINESS ELIGIBLE COMPANIES. � Telephone inquiries will not be accepted or acknowledged, and no feedback or evaluations will be provided to companies regarding their submissions. All questions concerning this sources sought market survey must be submitted via email no later than 1300 (1:00 pm) on June 22, 2022. �Please submit all responses, to include a detailed description of contractor qualifications and experience no later than 1300 (1:00 pm) on June 27, 2022. � � This is a SOURCES SOUGHT MARKET SURVEY.� Contracting Office Address:� 6565 Surveillance Dr.� Aberdeen Proving Ground, Maryland 21005-1846� United States �
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/44addfed8fe247a992685bf0227743a7/view)
- Place of Performance
- Address: Aberdeen Proving Ground, MD 21005, USA
- Zip Code: 21005
- Country: USA
- Zip Code: 21005
- Record
- SN06362756-F 20220619/220617230111 (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 |