The RFP Database
New business relationships start here

Army Reserve Portal Tool (ARPT)


Texas, United States
Government : Military
RFP
Go to the link
This document has expired, therefore the above link may no longer work.

SOURCES SOUGHT SYNOPSIS
United States Army Reserve Component (USARC)
Army Reserve Portal Tool (ARPT)
Fort Bragg, NC


SOLICITATION NUMBER: W9124J-18-R-ARPT


NOTICE TYPE: THIS IS A Sources Sought Notice ONLY. The Mission Contracting Office at Fort Sam Houston, is conducting market research to determine the existence of interested sources capable of providing all personnel, equipment, supplies, facilities, transportation, tools, materials, supervision, and other items and non-personal services necessary to perform Army Reserve Portal Tool services in support of United States Army Reserve (USAR) Component, G3/5/7, and G33 Readiness Division. The place of performance is Fort Bragg, North Carolina and possible alternate locations as specified in the attached DRAFT Performance Work Statement (PWS). The Government's intent is to solicit on a small business set-aside basis, provided 2 or more qualified small businesses respond to this sources sought synopsis with information sufficient to support a set-aside. Be advised that the U.S. Government will not be able to set aside this requirement if 2 or more small businesses do not respond with information to support the set-aside. We encourage 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), to identify their capabilities in meeting the requirement at a fair market price.


This notice is issued solely for information and planning purposes - it 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 U.S. Government to contract for any supply or service. Further, the U.S. 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 U.S. Government will not pay for any information or administrative costs incurred in response to this notice. Submittals will not be returned to the responder. Not responding to this notice does not preclude participation in any future RFQ or IFB or RFP, if any is issued. If a solicitation is released, it will be synopsized on the Government-wide Point of Entry Federal Business Opportunities (FBO) OR on General Services Administration (GSA) e-Buy. It is the responsibility of potential offerors to monitor the FBO and/or GSA for additional information pertaining to this requirement. The anticipated NAICS code is 541519 - "Other Computer Related Services" with a small business size standard of $27.5 Million.


BACKGROUND: A need is anticipated for the services necessary to run an environment that leverages Microsoft SharePoint (including SharePoint Business Connectivity Services, SharePoint Secure Store Service, SharePoint EXCEL Services, SharePoint Reporting Services Integration & Desktop integration with Microsoft Excel and Word) and SQL Server (including SQL Database Services, SQL Analysis Services, SQL Integration Services, SQL Reporting Services utilizing custom extensions). Additionally, some hard-coded written software programs may need to be custom developed and/or transitioned to the SharePoint / SQL enterprise server platform for use throughout the USAR to enhance business processes, and to manage force structure, readiness and training, facilities maintenance, and project tracking as defined in the Performance Work Statement. The draft Performance Work Statement (PWS) is attached.


RESPONSES REGARDING POTENTIAL SOURCES STATEMENT OF CAPABILITIES: Interested Offerors having the required specialized capabilities / qualifications to support some or all of the work described in the draft PWS are asked to answer the following questions and submit a capability statement. Capability statements shall contain the following information. In response to this sources sought, vendor responses are limited to eight (8) written pages (PDF or MS Word Format) and should include:


1. Name of the firm, point of contact, phone number, email address, DUNS number, CAGE code, 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.


2. 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.


3. 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.


4. Information to help determine if the requirement 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.


5. Information regarding whether you consider the NAICS Code 541519 "Other Computer Related Services" appropriate for this requirement. If it is not the most appropriate, please provide suggested NAICS that you consider appropriate with rationale as to why you think it's the best fit.


6. Identify how the Army can best structure these contract requirements, to include contract type (note proposed contract type in PWS), to facilitate competition by and among small business concerns.


7. Identify any condition or action that may be having the effect of unnecessarily restricting competition with respect to this acquisition. Please contact the MICC Advocate for Competition, Mr. Scott Kukes, at scott.d.kukes.civ@mail.mil or 210-466-2269, 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 FedBizOpps notice. Provide the specific aspects that unreasonably restrict competition and the rationale for such conclusion.


8. Recommendations to improve the approach/draft PWS to acquiring the identified items/services.


The Government will not return any information submitted in response to this notice. Responses to this sources sought notice shall be submitted on or before 1200PM on 22 September 2017 via email to Sylvia Farmer, Contract Specialist at sylvia.farmer.civ@mail.mil and Cindy C. Hildner, Contracting Officer at cindy.c.hilder.civ@mail.mil.
All questions MUST be in writing. In all responses, please reference W9124J-18-R-ARPT and ARPT in the subject line. Verbal questions will not be accepted. This synopsis is for information and planning purposes only and is not to be construed as a commitment by the Government nor will the Government pay for information solicited. Respondents will not be notified of the results of the evaluation. No telephonic responses will be accepted. No solicitation currently exists; therefore, do not request a copy of the solicitation. If a solicitation is released it will be synopsized in Federal Business Opportunities. It is the potential offerors responsibility to monitor this site for the release of any solicitation or synopsis.


 


Sylvia Farmer, Contract Specialist, Phone 2104662270, Email sylvia.farmer.civ@mail.mil - Cindy C. Hildner, Contracting Officer, Phone 210-466-2269, Email cindy.c.hildner.civ@mail.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP