Manpower for IT Support Services

Agency: DEPT OF DEFENSE
State: Maryland
Level of Government: Federal
Category:
  • D - Automatic Data Processing and Telecommunication Services
Opps ID: NBD00159008507983294
Posted Date: Nov 23, 2022
Due Date: Dec 2, 2022
Solicitation No: W91ZLK-23-R-0002
Source: Members Only
Follow
Manpower for IT Support Services
Active
Contract Opportunity
Notice ID
W91ZLK-23-R-0002
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE ARMY
Major Command
AMC
Sub Command
ACC
Sub Command 2
ACC-CTRS
Sub Command 3
ACC-APG
Office
W6QK ACC-APG DIR
Looking for contract opportunity help?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information View Changes
  • Contract Opportunity Type: Sources Sought (Updated)
  • All Dates/Times are: (UTC-05:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Updated Published Date: Nov 23, 2022 12:08 pm EST
  • Original Published Date: Nov 07, 2022 02:02 pm EST
  • Updated Response Date: Dec 02, 2022 01:00 pm EST
  • Original Response Date: Dec 02, 2022 01:00 pm EST
  • Inactive Policy: 15 days after response date
  • Updated Inactive Date:
  • Original Inactive Date:
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: DD01 - IT AND TELECOM - SERVICE DELIVERY SUPPORT SERVICES: ITSM, OPERATIONS CENTER, PROJECT/PM (LABOR)
  • NAICS Code:
    • 541513 - Computer Facilities Management Services
  • Place of Performance:
    Aberdeen Proving Ground , MD 21005
    USA
Description View Changes

THE PURPOSE FOR THIS EDIT IS TO PROVIDE A WORKABLE ATTCHMENTS FOR THE APPENDIXES THAT CAN BE OPENED.



The Army Contracting Command-Aberdeen Proving Ground (ACC-APG) Tenant Division, located at Aberdeen Proving Ground, Maryland 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 Consolidated Manpower for Information Technology (IT) Support Services fulfilling the US Army Communications- Electronics Command (CECOM) mission.



BASED ON THE RESPONSES TO THIS SOURCES SOUGHT NOTICE/MARKET RESEARCH, THIS REQUIREMENT MAY BE SET-ASIDE FOR SMALL BUSINESSES SPECIFICALLY SBA 8(a) BUSINESS DEVELOPMENT PROGRAM.



Telephone inquiries will not be accepted or acknowledged, and no feedback or evaluations will be provided to companies regarding their submissions.



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 PROPOSAL 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 INFORMATION PERTAINING TO THIS REQUIREMENT.”



PROGRAM BACKGROUND and SCOPE of WORK:



The US Army Communications- Electronics Command (CECOM) CIO/G6 is responsible for supporting the Information Technology (IT) infrastructure and equipment requirements for approximately 9000 Soldiers, Civilians, and Contractors worldwide. The infrastructure and equipment CIO/G6 provides is a key support enabling CECOM personnel to execute the command’s mission.



The Center intends to execute a Firm-Fixed Price (FFP) Indefinite Delivery/Indefinite Quantity (ID/IQ) contract for IT Services that includes:




  1. Desktop and Lifecycle Support Services at Aberdeen Proving Ground (APG), MD.

  2. Desktop Support Services at Fort Huachuca, AZ.

  3. Server, Database, Cloud, and Cyber Security Administration,

  4. Video Teleconference (VTC) and Audio-Visual Systems (AV) Support.

  5. Website Development Support.

  6. SharePoint Development and Administrative Support.

  7. Mobility Device Support .



The Government will place task/delivery orders against the ID/IQ base contract for individual requirements for each areas listed below. Anticipated Period of Performance (POP) is a base year period of twelve (12) months from date of ID/IQ award/delivery order start date and four (4) consecutive 12-month option periods to be exercised at the Government’s discretion.



Please reference attached Draft Performance Work Statement (PWS) for specific details.



ADDITIONAL INFORMATION AND SUBMISSION DETAILS (CAPABILITIES STATEMENT)



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 1 pm, Eastern Time, 02 December 2022. All responses under this Sources Sought Notice must be e-mailed to Ms. Tien Nguyen, Contract Specialist at tien.q.nguyen.civ@army.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 PWS 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, website address that can provide any additional company information.



7) Respondents to this notice must indicate whether they qualify as a Small, Small Disadvantaged, Women-Owned, HUBZone, or Service-Disabled Veteran-Owned Small Business Concern and SBA 8(a) and provide SAM.Gov Unique Entity Identifier (UEI) number.



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



9) Provide the capabilities and experience of your company as a prime contractor to meet the functional area requirements documented in the draft PWS. In particular, describe experience and working knowledge in the following systems, services, and technologies:



- Desktop and Lifecycle Support Services



- Server, Database, Cloud, and Cyber Security Administration



- Video Teleconference (VTC) and Audio-Visual Systems (AV) Support



- Website Development Support



- SharePoint Development and Administrative Support



- Mobility Device Support



10) Identify any anticipated level of subcontracting or teaming arrangements and your subcontractor's or teaming partner's capability to meet the requirements identified in this Sources Sought Notice. What percentage of this requirement do you plan to perform?



11) Is your company currently providing similar services to the Department of Defense (DoD), another government agency, or other non-government customer? If so, please identify the agency or non-government customer.



12) Has your company performed this type of effort or similar type of effort (to include size and complexity) in the past? If so provide the Contract Number, Point of Contact (POC), e-mail address, phone number and a brief description of your direct support of the effort.



13) Identify the highest facilities security level your company current holds.



14) Describe your familiarity and experience with reporting procedures of deliverables, including Progress, Status and Management Reports, Performance Reports, Cost Reports and Technical Reports? If so, what was the average dollar value of those contracts?



15) Describe any experience with Government procedures for processes such as material purchases and Government Furnished Equipment (GFE) tracking.



16) Please describe your company's capabilities for receiving and keeping inventory of property items or information technology assets such as laptops, desktop computers, monitors, printers, accessories and toner in a warehouse environment. The estimated period of performance consists of a Base plus 4 Options with performance commencing in June, 2023. Specifics regarding the number of option periods will be provided in the solicitation.



The contract type is anticipated to be Firm Fixed Price.



The proposed contract is anticipated to include tasking that would be accomplished by labor categories that are subject to the Service Contract Act.



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 Tien Nguyen, in either Microsoft Word or Portable Document Format (PDF), via email tien.q.nguyen.civ@army.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.


Attachments/Links
Contact Information View Changes
Contracting Office Address
  • KO DIRECTORATE OF CONTRACTIN 6565 SURVEILLANCE LOOP
  • ABER PROV GRD , MD 21005-3013
  • USA
Primary Point of Contact
Secondary Point of Contact
History

Related Document

Nov 7, 2022[Sources Sought (Original)] Manpower for IT Support Services

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >