The RFP Database
New business relationships start here

Command and Control (C2) and Business Application, Database and Web Maintenance Services


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

INTRODUCTION

The Army Contracting Command on behalf of the Headquarters, Department of the Army (HQDA) G-3/5/7 is issuing this sources sought synopsis as a means of conducting market research to identify parties having an interest in and the resources to support the requirement for Command and Control (C2) and Business Application, Database and Web Maintenance Services. The intention is to procure these services on a competitive basis


General Information:
Current contract number: W91CRB-13-D-0014
Current Contractor: SSB, INC.

DISCLAIMER


"THIS SOURCES SOUGHT IS FOR INFORMATIONAL PURPOSES ONLY. THIS IS NOT A "REQUEST FOR PROPOSAL (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 (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 INFORMMATION PERTAINING TO THIS REQUIREMENT."


ELIGIBILITY


The applicable NAICS code for this requirement is 541519 with a Small Business Size Standard of $27.5M. 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) with Personnel Qualifications and Descriptions is attached for review. (Attachment 1)


Interested parties are requested to submit a capabilities statement of no more than ten (10) pages in length 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, 19 October 2017. All responses under this Sources Sought Notice must be e-mailed to nadene.a.roye.civ@mail.mil and sabrinna.r.cosom.civ@mail.mil.


This documentation must address at a minimum the following items:


1.) What type of work has your company performed in the past in support of the same or similar requirement?


2.) Can or has your company managed a task of this nature? If so, please provide details.


3.) Can or has your company managed a team of subcontractors before? If so, provide details.


4.) What specific technical skills does your company possess which ensure capability to perform the tasks?


5.) Please note that under 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 this PBSOW for the base period as well as the option periods.


6.) Provide a statement including current small/large business status and company profile to include number of employees, annual revenue history, office locations, DUNs number, etc.


7.) Respondents to this notice also must indicate whether they qualify as a Small, Small Disadvantaged, Women-Owned, HUBZone, or Service Disabled Veteran-Owned Small Business Concern.


8.) Include in your response your ability to meet the requirements in the Facility and Safeguarding requirements.


9.) Do you offer these services under and existing contract vehicle such as GSA, CHESS, etc? If so, please provide the contract/schedule information.


10.) Can this requirement be FFP if so, what information would you need to price adequately, if not what contract type is more suitable and why?


11.) What is your current Capability Maturity Model Integration (CMMI) level?

The estimated period of performance consists of 5 year ordering period with performance commencing in September 2018.


The contract type is anticipated to be a hybrid Cost-Plus Fixed Fee and Firm Fixed Price type contract.


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.


Your response to this Sources Sought, including any capabilities statement, shall be electronically submitted to the Contract Specialist, Nadene Roye, in either Microsoft Word or Portable Document Format (PDF), via email nadene.a.roye.civ@mail.mil and sabrinna.r.cosom.civ@mail.mil.


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.


NO PHONE CALLS WILL BE ACCEPTED.


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.


Nadene A. Roye , Contract Specialist , Email nadene.a.roye.civ@mail.mil - Sabrina Cosom, Contracting Officer, Email sabrinna.r.cosom.civ@mail.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP