Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 21, 2022 SAM #7477
SOURCES SOUGHT

R -- Interested 8(a) Source Sought Notice (Industry Feedback): USAMRDC IM/IT Support Services

Notice Date
5/19/2022 11:24:26 AM
 
Notice Type
Sources Sought
 
NAICS
541511 — Custom Computer Programming Services
 
Contracting Office
W4PZ USA MED RSCH ACQUIS ACT FORT DETRICK MD 21702-5014 USA
 
ZIP Code
21702-5014
 
Solicitation Number
W81XWH-23-MRDC-IMIT
 
Response Due
5/31/2022 11:00:00 AM
 
Point of Contact
Cortney Eyler
 
E-Mail Address
cortney.s.eyler.civ@mail.mil
(cortney.s.eyler.civ@mail.mil)
 
Small Business Set-Aside
8A 8(a) Set-Aside (FAR 19.8)
 
Description
***Amended Date to 31 May 2022. This request is an Interested 8(a) Sources Sought (SS) Notice, as well as request for Industry Feedback ONLY (Possible Contract Vehicles) Responses are requested from ONLY certified from 8(a) vendors for USAMRDC IM/IT Support Services 1.0 ��The Contracting Officer is issuing this certified SB 8(a) Vendors ONLY Notice to ascertain if there are multiple vendors interested in proposing for this requirement.� The Government needs to ascertain if adequate 8(a) vendors for a possible 8(a) requirement; as well as interested vendor�s FSS or Government Contract Vehicles available to propose against. This notice is issued solely for information and planning purposes � it does not constitute a solicitation nor does it restrict the Government as to the ultimate acquisition approach.� Responses to this notice are not offers and cannot be accepted by the Government to form a binding contract.� Any contract that might be awarded based on information received or derived from this market research may be an 8(a) directed or from a competitive process.� Responders are advised that the U.S. Government will not pay for any information or administrative costs incurred in response to this RFI.� All costs associated with responding to this notice will be solely at the interested vendor�s expense.� Not responding to this notice does not preclude participation in any future Request for Proposal (RFP), if any is issued.� This notice is to gauge interest in the upcoming requirement for support to Headquarters, US Army Medical Research and Development Command (HQ USAMRDC), Deputy Chief of Staff for Information Management (DCSIM) for Information Management/Information Technology (IM/IT) Support Services. Scope:� At this time, Contractor shall provide all information management/information technology and related support services necessary to fully support, maintain and manage USAMRDC programs, in the service areas of System Administration, Database Development and Administration, Oracle Application Development and Administration, Administrative Support, Software Programming and Development, Program/Project Management Support, Web Support, Graphic Support, Enterprise Architecture Support, Video Teleconferencing (VTC) Support, Audio Visual (AV) Support, Content Management Support (including SharePoint), and other functional and Information Technology (IT) consulting services.� More specifically this procurement is for IM/IT support for the following task areas: a.�������� System Administration: Design, development, administration, troubleshooting, debugging, technical support, implementation and maintenance of all hardware, operating systems, storage networks, virtual environments and application software. b.�������� Database Administration: Support, maintenance, monitoring, patching, administration, and troubleshooting of Microsoft SQL Server and Oracle databases (current versions). c.�������� Application Development: Design, develop, test and deploy application code supported by Oracle and MS SQL databases. d.�������� Administrative and Documentation Support: Comprehensive administrative support, including Technical Writing.� Reviews reports and publications pertinent to RDT&E efforts supported by USAMRDC and performed by their contractors, grantees, and intergovernmental contractors.� Recommends revisions to improve accuracy, timeliness, and completeness of research program objectives and/or to comply with applicable regulations.� Ensures primary distribution to the Defense Technical Information Center. e.�������� Software Programming and Development: Software programming, development, and integration support, including maintenance and modification of existing software, and development of new applications. f.��������� Program/Project Management Support:� Full program/project management ������ support, in all service areas including Information Assurance, IV&V, COOP, and����� ������ transition planning. g.�������� Web Support: Comprehensive web support, including design, development, maintenance and administration of existing and new websites and web portals. h.�������� Graphics and Media Support:� Print graphics, digital media, multimedia (video), and 3d graphic support. i.��������� Enterprise Architecture Support: Planning, directing and controlling business processes and supporting IT systems. j.��������� IT Policy and Planning Support:� Assist with managing the strategic and long-range planning processes of the USAMRDC. Coordinates the development and review of policies and procedures for management and use of IT resources, including all computing, telecommunications, and associated resources. k.�������� VTC Support:� Support services for video teleconferencing, including scheduling,�� hardware maintenance, and administration. l.��������� SharePoint Management Support:� Administration and management of SharePoint�� and/or other content-management systems. m.������� OpenText Content Server Support: Services for the expanded implementation of the CS 10 or newer Application. n.�������� Consulting Support:� Subject Matter experts (SME), Technical Consultants, Functional Analysts, Data Analysts, and other related technical support. o.�������� Systems Engineering Support:� Plan and engineer USAMRDC�s IT systems infrastructure including the implementation and design of hardware and software. p.�������� Systems Integration Engineering Support: Design, implementation, and integration of USAMRDC IT systems solutions including design, needs analysis, design review, testing, implementation, and validation. q.�������� Help Desk Support:� Technical Help Desk Support including, Tier II and III technicians. r.��������� Cloud Solutions Architect: Develop USAMRDC�s computing strategy which incorporates cloud adoption plans, cloud application design as well as cloud management and monitoring. Additional responsibilities include support for application architecture and deployment in cloud environments. s.��������� Cloud Solutions Engineer: Design cloud systems on behalf of USAMRDC to include streamlining the development and release of USAMRDC�s software products and services. t.��������� Audio Visual Support:�� Serve as videographer and field producer at events for use on a variety of digital platforms.� Manage, maintain, and operate all video and photographic equipment.� Provide technical support for organizational functions. This includes approximately 30+ FTE�s across the aforementioned task areas. At this time, the Government is only looking to ascertain the number of interested 8(a) vendors in the marketplace.� Interested vendors can (but not mandatory) provide a capability statement with their response.� Capability statements should demonstrate:� (1) Described relevant past performance based on the size and scope of the outlined requirement; (2) Described company specific capabilities that match the work outlined in this notice.� As the Government is only looking to see the number of interested vendors, no evaluations of any submitted capability statements will be conducted.� There should be subsequent Government provided RFI�s which will allow for specific responses to a provided PWS which will be reviewed and evaluated at that time. �In addition, the Government requests any interested 8(a) vendor(s) responding provide any and all Government Contracts (i.e. Federal Supply Schedule (GSA) or any other IDIQ�s (i.e. NITAAC, SEWP, etc.) or Government Vehicles you currently utilize (to include the vehicle and your contract number). 2.0������ How to Respond Please provide a response in the form of: (1) your interest to include your company name, SAM UEID and any/all NAICS you support (see c below for additional business information; (2) any Government contracts (see above) you currently provide IT support services through (to include the name of the vehicle and your contract number(s); and (3) OPTIONAL - a capabilities statement that speaks to the scope as outlined in this notice. The formal closing date for this RFI/SS and for the submission of responses is NLT 31 May 2022 at 1400 ET.�� All responses should be submitted electronically using PDF, HTML, MS Word or PowerPoint formats to the POC, Ms. Cortney Eyler at the following e-mail address:� cortney.s.eyler.civ@mail.mil. ������ c)����� Each response should include the following Business Information: i)������� Company name, mailing address, e-mail address, telephone and FAX numbers, website address (if available), and the name, telephone number, and e-mail address of a point of contact having the authority and knowledge to clarify responses with Government representatives. ii)������ Name, title, telephone number, and e-mail addresses of individuals who can verify the demonstrated capabilities identified in the responses. iii)���� SAM UEID number, CAGE Code, Tax Identification Number, and company structure (Corporation, LLC, partnership, joint venture, etc.).� Companies also must be registered in System for Award Management (SAM, at www.sam.gov ) to be considered as potential sources. �*Total e-mail file limit size is restricted to 5MB. Files exceeding this threshold shall be submitted over multiple messages, and be identified as �Message #x of #x�. 3.0� �Summary THIS IS A REQUEST FOR INFORMATION ONLY.� The information provided in the notice is subject to change and is not binding on the Government.� The Government has not made a commitment to procure any of the services discussed, and release of this notice should not be construed as such a commitment or as authorization to incur cost for which reimbursement would be required or sought. The Government will not entertain questions regarding this Market Research. �All submissions become Government property and will not be returned.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/60240a5ec7a443eea40b22571ceb1f4d/view)
 
Place of Performance
Address: Frederick, MD 21702, USA
Zip Code: 21702
Country: USA
 
Record
SN06333245-F 20220521/220519230104 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.