Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 28, 2025 SAM #8494
SOURCES SOUGHT

99 -- IT Support Services Fort Novosel

Notice Date
2/26/2025 8:21:33 AM
 
Notice Type
Sources Sought
 
NAICS
541513 — Computer Facilities Management Services
 
Contracting Office
W6QM MICC-FT LEONARD WOOD FORT LEONARD WOOD MO 65473-0140 USA
 
ZIP Code
65473-0140
 
Solicitation Number
PANMCC-24-P-0000018264
 
Response Due
3/16/2025 12:00:00 PM
 
Archive Date
03/16/2025
 
Point of Contact
Faith A. Chaney, Phone: 5735960762, Candi Caquelin, Phone: 5735963218
 
E-Mail Address
faith.a.chaney.civ@army.mil, candi.l.caquelin.civ@army.mil
(faith.a.chaney.civ@army.mil, candi.l.caquelin.civ@army.mil)
 
Description
This is a Sources Sought Notice ONLY. The Government desires to procure Information Technology (IT) support services to the United States Army Aviation Center of Excellence (ACOE) G-6, as defined in the attached draft Performance Work Statement. Accordingly, the U.S. Government highly encourages all interested businesses (large and small) to respond to this sources sought notice. In addition, small businesses, in all socioeconomic categories (including, 8(a) Business Development Program, Small Disadvantage Business, Historically Underutilized Business Zone, Service-Disabled Veteran-Owned, Women-Owned Small Business concerns), must describe their identifying capabilities in meeting the requirements at a fair market price, i.e., information which may help support a set-aside. This notice does not constitute a Request for Quote (RFQ), Invitation for Bid (IFB), Request for Proposal (RFP), or a promise to issue an RFQ, IFB or RFP in the future. This notice does not commit the Government to contract for any supply or service. Further, the Government is not seeking quotes, bids, or proposals at this time and will not accept unsolicited proposals in response to this sources sought notice. The Government will not pay for any information or administrative costs incurred in response to this notice. Submittals will not be returned to the responder. A determination not to compete this requirement, based upon responses to this notice, is solely within the discretion of the Government. However, if a competitive solicitation is released, it will be synopsized on https://sam.gov. It is the responsibility of potential offerors to monitor https://sam.gov for additional information pertaining to this requirement. The NAICS code for this requirement is: 541513 PLACE OF PERFORMANCE: Location Ft Novosel, AL (FNAL) Fort Eustis, VA (FEVA) Fort Huachuca, AZ (FHAZ) In response to this sources sought notice, please provide: 1. Identify any condition or action that may be having the effect of unnecessarily restricting competition with respect to this acquisition and identify alternatives or solutions. Also contact the MICC Advocate for Competition, Scott Kukes, at scott.d.kukes.civ@mail.mil or 210-466-3015, if you believe that this action is unreasonably restricting competition. Include the subject of the acquisition, this announcement, and the MICC POC information from the Sources Sought Notice. Provide the specific aspects that unreasonably restrict competition and the rationale for such conclusion. 2. Name of the firm, point of contact, phone number, email address, DUNS number, CAGE code, identify business size (large business or a small business), and if applicable, a statement regarding small business status (including small business type(s)/certifications(s) such as SDB, 8(a), HUBZone, SDVOSB, WOSB, etc.) and the corresponding NAICS code. 3. Identify whether your firm is interested in competing for this requirement as a prime contractor or not. Identify subcontracting, joint ventures or teaming arrangement that will be pursued, if any. 4. Information in sufficient detail regarding previous experience (indicate whether as a prime contractor or subcontractor) on similar requirements (include size, scope, complexity, timeframe, government or commercial), pertinent certifications, etc., that will facilitate making a capability determination. 5. Information to help determine if the requirement (item or service) is commercially available, including pricing information, basis for the pricing information (e.g., market pricing, catalog pricing), delivery schedules, customary terms and conditions, warranties, etc. 6. Identify how the Army can best structure these contract requirements to facilitate competition, including competition among small business concerns. 7. Recommendations to improve the Army's approach/specifications/draft PWS/PRS to acquiring the identified items/services. Interested parties are requested to submit a capabilities statement of no more than ten (10) pages. All Contractors supporting ACOE Computing Environment (CE) and Network Environment (NE) operations shall, at a minimum, be IAT Level II, IAM level I certified IAW DoD 8570.01-M. All Contractors directly supporting ACOE Cybersecurity operations such as Risk Management Framework (RMF) processes shall, at a minimum, be IAT Level III, IAM level III certified IAW DoD 8570.01-M. The government is in full transition to DoDD 8140.01 standards, and the Contractor must be able to transition to the new standards as they become applicable. The deadline for response to this request is no later than 2 pm, CMT, 7 Feb 2025. All responses under this Sources Sought Notice must be e-mailed to faith.a.chaney.civ@army.mil. 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.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/209510981b574d93a209648f38c316ea/view)
 
Place of Performance
Address: USA
Country: USA
 
Record
SN07355092-F 20250228/250226230045 (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.