SOURCES SOUGHT
D -- Information Technology (IT) support services
- Notice Date
- 3/11/2025 11:02:11 AM
- Notice Type
- Sources Sought
- NAICS
- 541519
— Other Computer Related Services
- Contracting Office
- W6QK ACC-APG ABERDEEN PROVING GROU MD 21005-5001 USA
- ZIP Code
- 21005-5001
- Solicitation Number
- PANAPG-25-P-0000-005167
- Response Due
- 3/31/2025 9:00:00 AM
- Archive Date
- 04/15/2025
- Point of Contact
- Abosede Olasupo, Kelsey Thomas
- E-Mail Address
-
abosede.o.olasupo.civ@army.mil, kelsey.l.thomas13.civ@army.mil
(abosede.o.olasupo.civ@army.mil, kelsey.l.thomas13.civ@army.mil)
- Description
- Request for Information � Technical Services Division Support Contract INTRODUCTION The Army Contracting Command- Aberdeen Proving Ground (6515 Integrity Court, APG, MD 21005 is issuing this source sought synopsis as a means of conducting market research to identify parties having an interest in and the resources to support the requirement for Headquarters, Army Command and Control Support Agency (CCSA). Based on the responses to this Request for Information and additional Market Research, this requirement may be set aside for Small Businesses (in full or in part) or procured through Full and Open Competition, or 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: See the attached draft Performance Work Statement (PWS) DISCLAIMER This Sources Sought is for Informational Purposes ONLY. This is not a Request for Proposal or 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, Invitation for Bid, or Request for Proposal, if one is 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. PROGRAM BACKGROUND CCSA provides support to the Headquarters, Department of the Army (HQDA) with development, installation, operation, and maintenance of C2 systems. In addition, CCSA provides Chief Information Officer (CIO) services to the HQDA, Deputy Chief of Staff (DCS) G-3/5/7. CCSA is the Army�s C2 Mission Assurance Category Level I (MAC I) organization responsible for providing C2 IT support services to the HQDA, G-3/5/7, Department of the Army Management Office (DAMO)-Operations Directorate (OD), Army Operations Center (AOC), Alternate Army Operations Center (AAOC), and the Resource and Situational Awareness Center (RSAC) located in the Arlington and Washington DC and as required at alternate locations. Access to CCSA support locations requires a Top-Secret clearance. CCSA provides and/or performs IT operations and IT support services for desktop, multifunctional devices, plotters, audiovisual systems, mobile communications, telecommunications, network infrastructure and design services, network support services, systems and server administration, cybersecurity, remote access, application development, troubleshooting, maintenance, and administration, and Concept of Operations Planning and support services (COOP). REQUIRED CAPABILITIES The Contractor shall obtain support services to assist CCSA in providing the required support and services to the C2 user community. The Contractor shall ensure continued mission success for the war fighter community who are the final recipients of the decisions and products developed by the G-3/5/7 HQDA DAMO- OD staff and subordinate organizations. The Contractor shall provide a range of automation services supporting CCSA�s mission and accreditation requirements in a collaborative environment. The Contractor shall sustain performance of in-house C2 and business applications. The Contractor shall Identify and mitigate risks and issues; maintain and troubleshoot applications and databases as necessary. The Contractor shall provide support by managing the complexities and difficulties that are characteristic of implementing, integrating, maintaining, and securing software solutions. Further detail is provided in the draft Performance Work Statement (PWS) attached to this announcement (Attachment 1). 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, 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. ELIGIBILITY The applicable NAICS code for this requirement is 541519 � Other Computer Related Services with a Small Business Size Standard of $34,000,000. The Product Service Code is DK10, IT and Telecom � Storage Support Services (Labor). 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) attached Interested parties are requested to submit a capabilities statement in Times New Roman font of not less than 10 pitch. The deadline for response to this request is no later than 12 pm, EST, 31 March 2025. Your response to this Sources Sought, including any capabilities statement, shall be electronically submitted to the Contract Specialist, Abosede Olasupo, in either Microsoft Word or Portable Document Format (PDF). All responses under this Sources Sought Notice must be submitted via e-mail to abosede.o.olasupo.civ@army.mil and kelsey.l.thomas13.civ@army.mil This documentation must address at a minimum the following items: 1. Vendor�s business name, point of contact, address, and DUNS number. 2. Size and type of ownership (Small, Small Disadvantaged, Women-Owned, HUBZone, or Service-Disabled Veteran-Owned Small Business Concern) under NAICS 611430. Please state whether your business is in the 8(a) program. 3. A statement or explanation of the company's background, core competencies and technical expertise, experience, and other capabilities that demonstrate the company's ability to perform the required services identified in the PWS. 4. What type of work has your company performed in the past in support of the same or similar requirement? 5. Can or has your company managed a task of this nature? If so, please provide details. 6. What specific technical skills does your company possess which ensure capability to perform the tasks? 7. Does your company believe a different NAICS or PSC code should be considered for this PWS? If so, please provide recommendations with supporting rationale. 8. Does this Performance Work Statement (PWS) provide sufficient information for you to submit a proposal? If not, what additional information is required? Are there any ambiguities that require clarification? Are the standards of performance clear? Are there additional standards that should be incorporated? 9. Which elements or proportions of the PWS would your company subcontract rather than perform with your own resources? 10. How long would it take your organization to support this work and to transition in? 11. How long would it take your organization to provide a proposal? 12. Please note that if the solicitation were conducted as a Small-Business Set-Aside, in accordance with FAR 52.219-14, the small business prime must perform at least 50% of the work themselves in terms of the cost of performance. Provide an explanation of your company's ability to perform at least 50% of the tasking described in the PWS for the base and option periods. The estimated period of performance consists of one year, with performance commencing in May 2025 through May 2026. The proposed contract is anticipated to include tasking that would be accomplished by labor categories that are subject 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. 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://sam.gov/opp/6766b6b7fde342b490bd2e3aae2d763d/view)
- Place of Performance
- Address: Washington, VA, USA
- Country: USA
- Country: USA
- Record
- SN07368536-F 20250313/250311230045 (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 |