II. This sources sought notice is issued solely for informational, market research, and planning purposes, and does not constitute an Invitation for Bids, Request for Proposal, or Request for Quotations. In accordance with FAR 15.201(e), responses to this notice are not offers and cannot be accepted by the Government to form a binding contract, nor do they affect a potential respondent's ability to respond to any future synopsis/solicitation which may or may not follow or restrict the U.S. Government's eventual acquisition approach. Additionally, the U.S. Government will not pay for any information or administrative costs incurred in response to this sources sought notice; all costs associated with responding to this notice will be solely at the interested party's expense. Interested vendors responding to this sources sought notice shall provide capability information for this requirement in its entirety. Respondents will not be notified of any results derived from a review of the information provided; however information gathered may be utilized for technical and acquisition purposes. The U.S. Government will not pay for any costs associated with such demonstration(s) of any software products. This sources sought notice will be open until 3 February 2017. This sources sought notice is requested of companies currently involved in the market place where these services and or products are available and in production.
III. Scope: The contractor shall provide non-personal services that include database management of the US SOUTHCOM Plans and Exercise Division portals with SharePoint sites and training to Plans and Exercise Division personnel. The contractor shall perform to the standards in this contract. The proposed contract is anticipated to start 30 March 2017 for a twelve (12) month base period through 29 March 2018.
IV. Interested parties are requested to respond to this sources sought notice with a capability statement which, at a minimum, shall include the following information and follow the parameters below:
Company Name, mailing address, and valid e-mail and phone number of a designated company point of contact on a cover sheet.
Submitted electronically in an unprotected version of a Microsoft Application of the Interested Contractor's choice.
Company profile to include number of employees, annual revenue history, office location(s), DUNS number/CAGE Code, and a statement regarding current small business status. This acquisition is being set-aside for 8(a) firms.
Active Security Clearance Level of the Offeror
Limited to 10 pages, Time New Roman, Size 12 Font, Single Spaced
Capability Statement shall be comprised of the following:
1. Brief Company Overview and background
2. Details illustrating the offeror's technical capability in meeting specified requirements while focusing on the tasks found in the attached Draft PWS.
3. Prior/current corporate experience (private and/or government) performing efforts of similar size and scope within the last five years (Per PWS). NOTE: Statements should describe at a minimum the following: the dollar value, complexity, indicate whether your firm acted as the prime or subcontractor, list a customer Point of Contact with valid phone number/email address, and provide description of the experience and how the referenced experience relates to the services described herein. (Per PWS)
4. Company's ability to perform at least 51% of the work. (Per PWS)
5. State the lead time (days) necessary for your firm to begin full performance after award. (Per PWS)
6. Quality Control Measures that shall be implemented as a means to maintain and manage quality of employee performance.
7. Overall Management Approach with regard to retention and communication between Contracting Officer, end users, and employees.
V. Submit via e-mail only to Sherwin Riley at [email protected] by 03 February 2017 by 1:00pm (EST). Any proprietary information, if any, should be minimized and SUBMISSIONS MUST BE CLEARLY MARKED. NO CLASSIFIED OR SENSITIVE INFORMATION SHALL BE INCLUDED IN YOUR SUBMISSIONS.
VI. The information provided in this sources sought notice is subject to change and is not binding. RCO Miami has not made a commitment to procure any of the services discussed, and release of this sources sought notice should not be construed as such a commitment or as authorization to incur cost for which reimbursement would be required or sought.
The work to be performed under this contract will be performed at: US Southern Command Headquarters, 3301 NW 33rd Street, Doral, FL 33172