Federal Bid

Last Updated on 24 Sep 2019 at 8 AM
Sources Sought
Redstone arsenal Alabama

LDAC LITES

Solicitation ID 19P0000019780
Posted Date 30 Aug 2019 at 3 PM
Archive Date 24 Sep 2019 at 5 AM
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office Not Specified
Agency Department Of Defense
Location Redstone arsenal Alabama United states
 

THIS IS A SOURCES SOUGHT/REQUEST FOR INFORMATION (RFI) ONLY PURSUANT TO FEDERAL ACQUISITION REGULATION 2.1.  THE PURPOSE OF THIS NOTICE IS SOLELY FOR INFORMATION AND PLANNING PURPOSES -IT DOES NOT CONSTITUTE A REQUEST FOR PROPOSAL (RFP) OR A PROMISE TO ISSUE AN RFP IN THE FUTURE.  THIS ANNOUNCEMENT IS ISSUED IN SUPPORT OF MARKET RESEARCH, TO GATHER INFORMATION AND TO IDENTIFY POTENTIAL SOURCES.

 

•A.   STATEMENT OF NEED

 

As further described below, the U.S. Army Contracting Command-Redstone Arsenal 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 an anticipated requirement for Information Technology (IT) services in support of the U.S. Army Logistic Data Analysis Center (LDAC). 

 

General Scope

 

LDAC requires high quality, efficient, and effective Information Technology (IT) support services that will result in the cost effective management of a full range of IT support services. These IT services include: software (application/system) analysis, design, development, maintenance, sustainment, administration, operations and DevOps/DevSecOps; programming and configuration management; creation, management, sustainment and analysis of high availability databases in a clustered environment; application and database integration; software customer support; business case analysis; enterprise design, integration, and consolidation; cybersecurity activities required to make software cybersecurity compliant including Information Assurance Vulnerability Management (IAVM), application of Security Technical Implementation Guides (STIG), and the production of artifacts required for the accreditation of software for Risk Management Framework (RMF) and Department of Defense Architecture Framework (DoDAF); assessment and validation of software cybersecurity compliance; business process management and re-engineering; data analysis, integrity, assessment and review; IT asset accountability; verbal and written communications; creation, maintenance and sustainment of LDAC product end-user guides and training materials; IT project management; ability to setup and run telecommunication and video telecommunications (VTC) conferences using available GFE; network support; and other related IT services.  These integrated services require technical expertise in a wide range of disciplines that span the information technology spectrum, but DO NOT include hosting the supporting platforms and infrastructure. LDAC is a dynamic organization whose mission continually evolves and changes 

 

The proposed North American Industry Classification Systems (NACIS) Code is 541519 - Other Computer Related Services. The corresponding Size Standard is $27.5M.

 

For purposes of market research, the Government is seeking to understand the capability of both small and large business firms interested in performance of the anticipated requirement.

 

The Government is contemplating procuring these services on a competitive basis using fair opportunity afforded by the CHESS-ITES-3S vehicle.

 

The Government is contemplating a contract CLIN structure consisting of Time and Material (T&M) type for support labor and cost reimbursable (CR) type for travel and other direct costs (ODC).

 

The Government is contemplating a 5 year contract period of performance (POP) with a base period and options.   The contemplated award date will support a 30 day transition (phase in) period (beginning on/about March 1, 2020), with full performance beginning on/about April 1, 2020. 

 

There is no Solicitation at this time. This request for information does not constitute a request for proposals. Submission of any information in response to this market survey is strictly voluntary. The Government assumes no financial responsibility for any costs incurred for preparation of responses to this sources sought notification or any follow up information requests. All responses will be considered. Extraneous materials (brochures, manuals, etc.) will not be considered

 

D. INFORMATION SOUGHT

 

•1.    Please identify your company, business size, and core competencies; please also include the full company name and relevant point(s) of contact (to include name, position, telephone number, and email address.)

 

•2.    Please state whether your company regularly engages in the business of providing contractor support services in support of the functions described above.  Briefly discuss the related contract support services your company is currently performing or has performed within the last five (5) years from the date of this notice.  Please also provide no more than three (3) examples of recent and relevant contract experience to the U.S. Government that relates to required contractor services described above (Please include contract type, period of performance, performance location, scope of work synopsis, contract awarded dollar value, and contract award obligated amount.)

 

•3.    Please discuss what risks (if any) your company sees to successful contract execution and your company recommendations to mitigate those risks.

 

•4.    Please discuss what contract type/fee incentive(s) arrangement(s) (if any) your company recommends to ensure successful technical and cost performance of critical contract functions.

 

Submission Instructions: Interested parties who consider themselves qualified to perform these services are invited to submit a capabilities statement of no more than five (5) pages to this Sources Sought Notice by 2:00PM CST on 9 September 2019. All responses to this Sources Sought Notice MUST be submitted in Adobe pdf white paper format via electronic email attachment to [email protected], Contract Specialist, and [email protected], Contracting Officer. All responses are requested with a text font of Arial size 12.  (Cover page and index, if included, will not be included in the page count.)  The information shall NOT contain classified or proprietary information and shall be clearly marked "NO CLASSIFIED/PROPRIETARY INFORMATION." 

 

Any questions and comments concerning this Request for Information should be e-mailed to the POC's identified above and must be in writing; NO TELEPHONE CALLS.

 

The following additional information is provided to permit insight into requirements that might be included in this acquisition.  This information is preliminary and further information and details will be provided in any published RFP.

 

 

 

Certain contractor personnel may be required to possess TOP SECRET/Sensitive Compartmental Information (SCI) CLEARANCE and/or be eligible for immediate adjudicated by the cognizant security authority upon award of the contract.  The Government anticipates these personnel will be identified in the Performance Work Statement (PWS) published with an RFP.

 

The Contractor may be required to obtain a Top Secret Facility Clearance and possess Safeguarding Capabilities.  The Government anticipates that some PWS tasks may require access to, and clearance for, Special Access Programs (SAP) up to and including the TOP SECRET/SCI level and some PWS tasks may require access to SCI.  The Government anticipates the contractor shall perform in accordance with the NISPOM DoD5220.22M and ensure that all classified material is handled in accordance with the latest appropriate security classification specifications.  Foreign participation will not be allowed at the prime or subcontractor level.

 

Performance of this anticipated effort will be subject to Organizational Conflict of Interest (OCI) provisions (see FAR Subpart 9.5).

 

THIS SOURCES SOUGHT IS FOR INFORMAITONAL 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 PROPOSALS (RFP), IF ANY ISSUED. NO FEEDBACK OR EVALUATIONS WILL BE PROVIDED TO COMPANIES REAGARDING THEIR SUBMISSIONS.  THE GOVERNMENT RESERVES THE RIGHT TO CONSIDER ACQUISITION STRATEGIES AS DEEMED APPROPRIATE.

Bid Protests Not Available

Similar Past Bids

Tanner Alabama 24 Apr 2015 at 6 PM
Location Unknown 09 May 2013 at 8 PM
Texas 08 Sep 2022 at 4 AM
New york New york 29 Apr 2025 at 1 PM

Similar Opportunities

Pennsylvania 17 Jul 2025 at 4 AM (estimated)
Pennsylvania 17 Jul 2025 at 4 AM (estimated)
Rock island Illinois 25 Sep 2025 at 4 AM (estimated)
Rock island Illinois 25 Sep 2025 at 4 AM (estimated)
Rock island Illinois 25 Sep 2025 at 4 AM (estimated)