Search Contract Opportunities

MANPOWER for INFORMATION TECHNOLOGY (IT) SUPPORT SERVICES

ID: W91ZLK-24-R-0026 • Type: Sources Sought

Description

Posted: July 26, 2024, 3:13 p.m. EDT

This update includes the followings:

  1. Change CUI markings on the PWS from FED ONLY to FEDCON (see attached updated PWS).
  2. Update 2nd paragraph in the sources sought notice to include information about Certified Cost or Pricing Data and approved accounting system (see attached updated sources sought).
  3. Add question 11 to the sources sought notice (see attached updated sources sought)
  4. Add Ms. Birgit Jones as another POC for receiving responses (see attached updated sources sought).
Posted: July 24, 2024, 11:23 a.m. EDT
Posted: July 18, 2024, 4:03 p.m. EDT

This is an updated sources sought to sources sought ID# W91ZLK-23-R-0003.

The Army Contracting Command-Aberdeen Proving Ground (ACC-APG) Tenant Division, located at Aberdeen Proving Ground, Maryland is issuing this sources sought synopsis update as a means of conducting additional market research to identify parties having an interest and the resources to support the requirement for Information and Technology and Business Management Support Services for US Army-wide use.

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 represented by NAICS Code 541513. CURRENTLY, THE GOVERNMENT IS ANTICIPATING OF A COMPETITIVE 8(a) ACQUISITION, HOWEVER, THE GOVERNMENT RESERVES THE AUTHORITY TO GO DIRECTED 8(a) AWARD.

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 REPARATION 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

The US Army Contracting Command at Aberdeen Proving Ground, MD (ACC-APG) seeks a qualified Small Business 8(a) contractor to support the Army enterprise infrastructure and infostructure goals with information technology (IT) services worldwide (inside the contiguous United States (CONUS) and outside the contiguous United States (OCONUS)), including warzone areas. The Army is anticipating an award of a Cost Plus Fixed Fee (CPFF) Single Indefinite Delivery/ Indefinite Quantity (IDIQ) contract to a Small Business 8(a) concern that can provide information technology (IT) services and IT services- based solutions as well as and Business Management Support which may include the integration of ancillary support which is necessary and integral to the IT services being acquired. The Government intends to place task/delivery orders against the ID/IQ contract for individual requirements for each area. The ordering period will be sixty (60) months from date of ID/IQ award. Estimated ceiling cost for this IDIQ is $99,000,000.00. The Contractor shall perform to the standards and acceptable quality levels identified in the draft Performance Work Statement (PWS) and associated contract documents.

ADDITIONAL INFORMATION AND SUBMISSION DETAILS (CAPABILITIES STATEMENT)

A draft PWS 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 1 pm, Eastern Time, 01 August 2024. 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 sixty (60) months ordering period.

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 and SBA 8(a).

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

9) Please provide company website address, which provides any additional company information.

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

Cybersecurity Services

IT Services

Enterprise Design,Integration, and Consolidation

Network/Systems Operation and Maintenance

Telecommunications/Systems Operation and Maintenance

Business Process Reengineering

IT Supply Chain Management

IT Education & Training, Intelligent Automation (Artificial Intelligence (AI)/Robotic Process Automation (RPA)), Cloud Services, and Data Services

  • Procurement Automated Data and Document System (PADDS) and legacy programming languages.
  • Power BI, Power Apps, Dataverse scheme design, custom connectors, and integration with Microsoft services (e.g. Azure, Dynamics 365).

11) 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?

12) 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.

13) 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.

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

15) 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?

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

17) 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 ordering period will be sixty (60) months from date of ID/IQ award.

The contract type is anticipated to be Cost Plus Fixed Fee (CPFF) or can be FFP on requirements that are well defined at the task order level.

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.

Background
The Army Contracting Command-Aberdeen Proving Ground (ACC-APG) Tenant Division, located at Aberdeen Proving Ground, Maryland is issuing this sources sought synopsis update as a means of conducting additional market research to identify parties having an interest and the resources to support the requirement for Information and Technology and Business Management Support Services for US Army-wide use. The US Army Contracting Command at Aberdeen Proving Ground, MD (ACC-APG) seeks a qualified Small Business 8(a) contractor to support the Army enterprise infrastructure and infostructure goals with information technology (IT) services worldwide (inside the contiguous United States (CONUS) and outside the contiguous United States (OCONUS)), including warzone areas.

Work Details
The contract contemplates IT services-based solutions under which contractors may be required to provide a full range of equipment and software associated with those services. The types of services and solutions required for this acquisition will fall under various Task Areas including Cybersecurity Services, IT Services, Enterprise Design, Integration, and Consolidation, Network/Systems Operation and Maintenance, Telecommunications/Systems Operation and Maintenance, Business Process Reengineering, IT Supply Chain Management, IT Education & Training, Intelligent Automation (Artificial Intelligence (AI)/Robotic Process Automation (RPA)), Cloud Services, and Data Services.

The Contractor shall perform to the standards and acceptable quality levels identified in the draft Performance Work Statement (PWS) and associated contract documents.

Period of Performance
The ordering period will be sixty (60) months from date of ID/IQ award.

Place of Performance
The geographic location(s) where the contract will be performed include locations CONUS, OCONUS, and warzone areas.

Overview

Response Deadline
Aug. 7, 2024, 1:00 p.m. EDT (original: Aug. 1, 2024, 1:00 p.m. EDT) Past Due
Posted
July 18, 2024, 4:03 p.m. EDT (updated: July 26, 2024, 3:13 p.m. EDT)
Set Aside
8(a) (8A)
Place of Performance
MD 21005 United States
Source
SAM

Current SBA Size Standard
$37 Million
Pricing
Cost Plus Fixed Fee
Est. Level of Competition
Average
Est. Value Range
Experimental
$5,000,000 - $20,000,000 (AI estimate)
Odds of Award
26%
Vehicle Type
Indefinite Delivery Contract
On 7/18/24 ACC Aberdeen Proving Ground issued Sources Sought W91ZLK-24-R-0026 for MANPOWER for INFORMATION TECHNOLOGY (IT) SUPPORT SERVICES due 8/7/24. The opportunity was issued with a 8(a) (8A) set aside with NAICS 541513 (SBA Size Standard $37 Million) and PSC DF01.
Primary Contact
Name
Tien Q. Nguyen   Profile
Phone
None

Secondary Contact

Name
Rex M. Valdez   Profile
Phone
None

Documents

Posted documents for Sources Sought W91ZLK-24-R-0026

Question & Answer

Incumbent or Similar Awards

Contracts Similar to Sources Sought W91ZLK-24-R-0026

Potential Bidders and Partners

Awardees that have won contracts similar to Sources Sought W91ZLK-24-R-0026

Similar Active Opportunities

Open contract opportunities similar to Sources Sought W91ZLK-24-R-0026

Additional Details

Source Agency Hierarchy
DEPT OF DEFENSE > DEPT OF THE ARMY > AMC > ACC > ACC-CTRS > ACC-APG
FPDS Organization Code
2100-W91ZLK
Source Organization Code
500043680
Last Updated
Aug. 22, 2024
Last Updated By
tien.q.nguyen.civ@army.mil
Archive Date
Aug. 22, 2024