The RFP Database
New business relationships start here

W9124J-20-R-BRAC


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

SOURCES SOUGHT NOTICE
Base Realignment and Closure Financial Module
SOLICITATION NUMBER: W9124J-20-R-BRAC

NOTICE TYPE: This Is A Sources Sought Notice ONLY.



This Sources Sought Synopsis (SSS) is for Information Technology (IT) Base Realignment and Closure Financial Module (BRAC FM) System in support of the Assistant Chief of Staff for Installation Management (ACSIM), BRAC Division. The information received will be used within the Mission and Installation Contracting Command - Fort Sam Houston Contracting Center (MICC-FSH) for market research in accordance with Federal Acquisition Regulation (FAR) Part 10 - Market Research, and will not be disclosed outside of the organization.


This notice is for planning and informational purposes only and SHALL NOT be considered an Invitation for Bid (IFB), Request for Quotation (RFQ), or Request for Proposal (RFP). There is no obligation on the part of the Government to acquire any products or services described in this Sources Sought Synopsis. This office does not intend to award a contract on the basis of this Sources Sought Synopsis or reimburse respondents for information solicited and provided. No funds have been authorized, appropriated, or received for this effort.


Response to this SSS does not guarantee or exclude your participation in the forthcoming acquisition process. Any information provided by the Government under this notice is preliminary and may be updated or changed prior to release of the solicitation. All submissions will become Government property and will not be returned.


The U.S. Army requires information to determine the availability of resources to provide all personnel, equipment, supplies, facilities, transportation, tools, materials, supervision, and other items and non-personal services necessary to maintain and provide functionality for the Base Realignment and Closure Financial Module. The BRAC FM was developed to support the distribution of Base Realignment and Closure funds to Army Commands/Installations and the US Army Corps of Engineers. BRAC FM has an interface with the Funds Control System (FCS) managed by the Army Budget Office (ABO). The current hardware and software configuration for the BRAC FM are as follows:


• Application server operating system - Windows 2008 R2
• Software - Software - Internet Information Server; 7.5 Crystal Reports XI
• Database Server - Windows 2008 R2 Software; SQL Server 2008 R2 Standard (please note that the process of migrating the database to Microsoft SQL SERVER 2012 has begun and will most likely be the software being used during the period or performance)


The Government seeks to update and maintain the BRAC FM System, except for those items specified as government furnished property and services. It is the responsibility of potential offerors to be responsible for performing all operation and maintenance functions to support the BRAC FM. The potential offerors will also enhance, maintain and update the BRAC public website. The information received from this SSS will be used by the Government as a preliminary planning tool for the purposes of obtaining information regarding the availability and capability of qualified businesses under the North American Industry Classification System (NAICS) Code 541513, Computer Facilities Management Services. Management services can be conducted off-site at contractor's location. The associated size standard is $27.5 Million as measured by total revenues. The anticipated period of performance is one Base Year of 12 months and four (4) 12-month option years.


EXISTING CONTRACT:
The U.S. Army currently contracts for BRAC FM services. The current contract was awarded with a one (1) year base period and three (3) one-year options under Contract Number W9124J-15-C-0047.
In order to determine if sources capable of satisfying the agency need exists, the Government will consider all SSS responses received, particularly those received from 8(a), HUBZone, SDVOSB, WOSB, or small businesses. Responses to this SSS permit the contracting officer, in accordance with FAR 19.203(c), to consider an acquisition for the small business socioeconomic concerns (i.e., 8(a), HUBZone, SDVOSB, or WOSB programs) and to consider a small business set-aside (see 19.502-2(b)). Small businesses, in all socioeconomic categories are highly encouraged to identify capabilities in meeting the requirements at fair market prices. Provide suggestions on how the requirement could be structured to facilitate competition by and among small business concerns. Describe any conditions that may limit small businesses from participation.


SUBMITTAL INFORMATION:
Interested Offerors having the required specialized capabilities / qualifications to support some or all of the work identified in the PWS are asked to answer the following questions and submit a capability statement. Capability statements shall contain the following information:


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. Information in sufficient detail regarding previous experience on similar requirements to include contract number, organization supported, indication of whether as a prime contractor or subcontractor, contract value, point of contact with current phone number. Briefly identify how the referenced contract relates to the services described for this requirement. If applicable, identify any unique characteristics or alternative solutions to the performance of work.


3. Identify how the Army can best structure this requirement to facilitate competition by and among small business concerns.


4. 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, 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.


YOUR RESPONSE TO THE SYNOPSIS: The Government will not review general capability statements, please ensure submissions are tailored to this requirement and information requested in the attached draft performance work statement (PWS). The Government requests Capabilities Statements be submitted electronically in PDF or MS Word format. Offeror's responses shall not exceed ten (10) pages single-sided - standard 8 ½ X 11 pages using not less than 10-pitch font -- and shall describe the offerors technical expertise in sufficient detail to make an informed determination of the offerors ability to successfully perform the services described in the attached PWS.


All responses shall be received no later than 29 July 2019 at 3:00 pm CT. Please respond via electronic mail (e-mail) to the Contracting Officer, Salameya Paulouskaya, and Contract Specialist, Karina Haddix, at the following: Salameya.paulouskaya2.civ@mail.mil and Karina.s.haddix.civ@mail.mil. All questions MUST be in writing and should also be directed to Contracting Officer and Contract Specialist. In all responses, please reference W9124J-20-R-BRAC 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.


Primary Point of Contact:
Karina Haddix
Contract Specialist
Email: karina.s.haddix.civ@mail.mil


Secondary Point of Contact:
Salameya Paulouskaya
Contracting Officer
Email: Salameya.paulouskaya2@civ.mail.mil


Contracting Office Address:
2205 Infantry Post Road, Bldg. 603 Fort Sam Houston, Texas 78234-1361 United States


Karina Haddix, Contracting Speciliast, Phone 2104662236, Email karina.s.haddix.civ@mail.mil - Salameya Paulouskaya, Contracting Officer, Phone 2104662275, Email salameya.paulouskaya2.civ@mail.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP