Search Contract Opportunities

NEW SOLICITATION NUMBER: Consolidated Manpower for IT Services for CECOM/C4ISR   3

ID: W91ZLK-15-R-0021 • Type: Presolicitation

Description

Posted: Oct. 8, 2015, 6:18 p.m. EDT

***This acquisition is being conducted under a new solicitation number to reflect the new Fiscal Year. Effective 8 October 2015, all announcements regarding this acquisition will be available under Solicitation Number W91ZLK-16-R-0001. All previous postings and correspondence related to W91ZLK-15-R-0021 are applicable to and are in effect for solicitation # W91ZLK-16-R-0001. No further updates will be made available under W91ZLK-15-R-0021 and all interested parties should begin to monitor W91ZLK-16-R-0001. Point of contact for this acquisition remains Kirstin B. Hazlewood, kirstin.b.hazlewood.civ@mail.mil. ***
This is a PRESOLICITATION notice of intent. The U.S. Army Contracting Command - Aberdeen Proving Ground (ACC-APG) intends to issue a solicitation for Information Technology support services for the U.S. Army Communications-Electronics Command (CECOM).

The U.S. Army Communications-Electronics Command (CECOM) and Command, Control, Communication, Computer, Intelligence, Surveillance & Reconnaissance (C4ISR) team at Aberdeen Proving Ground (APG), MD is comprised of independent and interdependent organizations that are collectively responsible for the life cycle of C4ISR systems. These organizations include the Communication Electronic Command (CECOM), the Program Executive Office for Command, Control and Communications Tactical (PEO C3T), the PEO for Intelligence, Electronic Warfare and Sensors (PEO IEWS), the Program Executive Office for System of System Engineering & Integration Systems (PEO So SE&I) and the Communications Electronics Research, Development and Engineering Center (CERDEC). The CECOM is comprised of two (2) functional support centers: the Logistics and Readiness Center (LRC), and the Software Engineering Center (SEC), as well as three (3) separate brigade elements: Tobyhanna Army Depot, Tobyhanna, PA; the U.S. Army Information Systems Engineering Command (USAISEC), Fort Huachuca, AZ.; the Central Technical Support Facility (CTSF), Fort Hood, Texas; and its two (2)partner PEOs for Command, Control and Communications Tactical and for Intelligence, Electronic Warfare and Sensors. The CECOM and C4ISR campus, APG, MD is comprised of fourteen (14) buildings totaling 2.5M square feet.

This acquisition is for services under the following functional area requirements:

1) Facility Lobby Receptionist - Receptionist shall be responsible for use of a computerized Access Control application to verify guests and monitor access to buildings.
2) Access Control, Software & Hardware Support - Technical and system administration support of IT Hardware and Software enabled System which controls access to C4ISR campus buildings. System shall be monitored and maintained daily.
3) Enhanced Automated Data Processing (ADP) - Command, Control, Communication, Computers and Information Management (C4IM) enhanced or above baseline service delivery and support for automation, communications systems & systems support, and information assurance services (e.g. VTC operators, desktop technician, system administration services, and SharePoint development capabilities).
4) 5Bars Service, Support and Wireless Non-Secure Internet Protocol Router Network (NIPR) Connectivity - Inbuilding cellular service enhancement, cellular repeater system maintenance and technical support, and set up/maintenance of a Wireless Non-Secure Router Network.
5) ADP Equipment (ADPE) Maintenance & Repair - Hardware maintenance, repair services, parts replacement and support services for out-of-warranty Government-owned ADP equipment and peripherals.
6) IT Relocation and Rigger Support Services - Support services for physical relocation and provisioning, operational fit-up and reconstitution, and decommission and disposal of IT.

The Government anticipates the award of a single Indefinite-Delivery/Indefinite-Quantity (IDIQ) contract with task orders to be issued on a Firm-Fixed Price (FFP) and Time-and-Materials task (T&M) basis. The type will be determined based upon the work requirements of the individual task.

This requirement will be set-aside for competition under the Small Business Administration's 8(a) Business Development Program. All eligible 8(a) concerns may submit a proposal in response to the solicitation when it is released. The North American Industrial Classification System (NAICS) code applicable to this procurement is 541513, Computer Facilities Management Services, which has a business size standard of $27,500,000.00. Any award will be based on the best value achieved through a Lowest Price Technically Acceptable source selection process. The offeror must be registered in the System for Award Management (SAM) database at www.sam.gov prior to award.

The solicitation will be issued in accordance with FAR Part 15, Contracting by Negotiation. The Request for Proposal (RFP) will be issued on or about 26 September 2015 to Federal Business Opportunities (www.fbo.gov). The solicitation number is W91ZLK-15-R-0021; hard copies of the solicitation will not be provided. It is the contractors' responsibility to monitor the Government Wide Point of Entry (GPE)for the solicitation release and all subsequent amendments. The proposal due date is anticipated to be thirty (30) days from the date of solicitation issuance.

Point of contact for this action is Ms. Kirstin Hazlewood at kirstin.b.hazlewood.civ@mail.mil.

Contractors shall not contact any other Government personnel regarding this notice other than the individual designated above. Contacting any Government personnel other than the individual designated above may result in an organizational conflict of interest (OCI) and may result in a contractor being excluded from the competition and consideration for award.

Telephone inquiries are NOT permitted.

Posted: Sept. 12, 2015, 3:58 p.m. EDT

Overview

Response Deadline
None
Posted
Sept. 12, 2015, 3:58 p.m. EDT (updated: Oct. 8, 2015, 6:18 p.m. EDT)
Set Aside
None
Place of Performance
Not Provided
Source
SAM

Current SBA Size Standard
$37 Million
Pricing
Fixed Price; Time And Materials;
Evaluation Criteria
Lowest Price Technically Acceptable (LPTA)
Est. Level of Competition
Average
Odds of Award
53%
On 9/12/15 ACC Aberdeen Proving Ground issued Presolicitation W91ZLK-15-R-0021 for NEW SOLICITATION NUMBER: Consolidated Manpower for IT Services for CECOM/C4ISR. The opportunity was issued full & open with NAICS 541513 and PSC D.
Primary Contact
Title
Contracting Officer
Name
Kirstin B. Hazlewood   Profile
Phone
(443) 861-4735

Documents

Posted documents for Presolicitation W91ZLK-15-R-0021

Question & Answer

Opportunity Lifecycle

Procurement notices related to Presolicitation W91ZLK-15-R-0021

Incumbent or Similar Awards

Potential Bidders and Partners

Awardees that have won contracts similar to Presolicitation W91ZLK-15-R-0021

Similar Active Opportunities

Open contract opportunities similar to Presolicitation W91ZLK-15-R-0021

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
Oct. 30, 2015
Last Updated By
PI33_DR_IAE_51681
Archive Date
Oct. 30, 2015