GLWACH Analog Fax Lines

From: Federal Government(Federal)
W911S7-24-Q-0002

Basic Details

started - 12 Apr, 2024 (17 days ago)

Start Date

12 Apr, 2024 (17 days ago)
due - 03 May, 2024 (in 2 days)

Due Date

03 May, 2024 (in 2 days)
Bid Notification

Type

Bid Notification
W911S7-24-Q-0002

Identifier

W911S7-24-Q-0002
DEPT OF DEFENSE

Customer / Agency

DEPT OF DEFENSE (709642)DEPT OF THE ARMY (133203)AMC (72657)ACC (75036)MISSION & INSTALLATION CONTRACTING COMMAND (25845)FDO EUSTIS (4829)W6QM MICC-FT LEONARD WOOD (322)

Attachments (1)

unlockUnlock the best of InstantMarkets.

Please Sign In to see more out of InstantMarkets such as history, intelligent business alerts and many more.

Don't have an account yet? Create a free account now.

The Mission Installation and Contracting Command (MICC), Fort Leonard Wood, MO, 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 the requirement for analog fax lines and capabilities for General Leonard Wood Community Hospital (GLWACH). The intention is to procure these services on a competitive basis.BASED ON THE RESPONSES TO THIS SOURCES SOUGHT NOTICE/MARKET RESEARCH, THIS REQUIREMENT MAY BE SET-ASIDE FOR SMALL BUSINESSES (IN FULL OR IN PART) OR PROCURED THROUGH FULL AND OPEN COMPETITION, and multiple awards MAY be made. All Small Business Set-Aside categories will be considered. Telephone inquiries will not be accepted or acknowledged, and no feedback or evaluations will be provided to companies regarding their submissions.PLACE OF PERFORMANCEService will be provided to General Leonard Wood Army Community Hospital and outlying clinics in Fort Leonard Wood, MO.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 PREPARATION OF RESPONSES TO THIS ANNOUNCEMENT. ANY INFORMATION SUBMITTED BY RESPONDENTS TO THIS TECHNICAL DESCRIPTION IS STRICTLY VOLUNTARY. RESPPONSES WILL NOT BE RETURNED TO THE RESPONDER. NOT RESPONDING TO THIS NOTICE DOES NOT PRECLUDE PARTICIPATION IN ANY FUTURE REQUEST FOR QUOTE (RFQ) OR INVITATION FOR BID (IFB) OR 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 INFORMMATION PERTAINING TO THIS REQUIREMENT.”PROGRAM BACKGROUNDGLWACH at Fort Leonard Wood, MO, requires the service, maintence, and support of analog fax lines. In accordance with these assignments, the contractor provides the following: Analog fax lines in both the hospital and outlying clincs that are comparable to current installed lines or utilize lines already in service for 40 connections. Ability to transfer analog fax lines to new hospital in accordance with the Government schedule. Any technical maintenance to ensure all lines are active and transmitting. Ongoing support through a customer service line with a response time within 24 hours. Along with notifications of any expected service outages or any other delays in service to GLWACH as soon as the contractor is aware of them.REQUIRED CAPABILITIESThe Contractor shall provide support and maintenance for GLWACH analog fax line services in support of the areas specified in Program Background (above). Further detail is provided in the draft Performance Based Work Statement (PBWS) attached to this announcement (Attachment 1).If your organization has the potential capacity to perform these contract services, please provide the following information: 1) Organization name, address, email address, Web site address, telephone number, and size and type of ownership for the organization; and 2) Tailored capability statements addressing the particulars of this effort, with appropriate documentation supporting claims of organizational and staff capability. If significant subcontracting or teaming is anticipated in order to deliver technical capability, organizations should address the administrative and management structure of such arrangements.The Government will evaluate market information to ascertain potential market capacity to: 1) provide services consistent, in scope and scale, with those described in this notice and otherwise anticipated; 2) secure and apply the full range of corporate financial, human capital, and technical resources required to successfully perform similar requirements; 3) implement a successful project management plan that includes: compliance with tight program schedules; cost containment; meeting and tracking performance; hiring and retention of key personnel and risk mitigation; and 4) provide services under a performance based service acquisition contract.SPECIAL REQUIREMENTS:Personnel and Facility Security Clearances: There is no personnel or facility security clearance at this time for the contract. Frequent visitors passes for contractor employees will be required prior to accessing a government installation. Contractor will be required to adhere to guidance given in the PWS regarding access to a government installation.Mandatory Antiterrorism/Operations Security (AT/OPSEC) Training Requirements as prescribed by attached PWS.IT (e.g. Clinger-Cohen Act)Service Contract ActELIGIBILITYThe applicable NAICS code for this requirement is 517111 with a Small Business Size Standard of 1,500 employees. The Product Service Code is DD01 – It And Telecom - Service Delivery Support Services: Itsm, Operations Center, Project/Pm (Labor). Businesses of all sizes are encouraged to respond; however, each respondent must clearly identify their business size in their capabilities statement.ADDITIONAL INFORMATION AND SUBMISSION DETAILS (CAPABILITIES STATEMENT)A draft Performance Work Statement (PWS) is attached for review.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 10 am, CST, 03 May 2024. All responses under this Sources Sought Notice must be e-mailed to Lily Rodgers, Contract Specialist, lily.k.rodgers@army.mil and Julie West, Contract Specialist, julie.m.west4.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 the base period as well as the option periods.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.8.) Include in your response your ability to meet the requirements in the Facility and Safeguarding requirements.Please provide a capability statement addressing your organization's ability to perform as a prime contractor at Ft. Leonard Wood, MO. the work described below:Provide 40 analog fax lines comparable to current installed lines or utilize lines already in service.Ability to transfer analog fax lines to new hospital.Provide technical maintenance for analog fax lines.Provide customer service line with a response time within 24 hours.Communicate any expected service outages or any other delays to GLWACH.The estimated period of performance consists of 12-month base year plus 4 one-year options with performance commencing in 01 September 2024. Specifics regarding the number of option periods will be provided in the solicitation.The contract type is anticipated to be firm-fixed price. The proposed contract is anticipated to include tasking that would be accomplished by labor categories that are subject to the Service Contract Act or a collective bargaining agreement.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, Lily Rodgers, and Contract Specialist Julie West, in either Microsoft Word or Portable Document Format (PDF), via email lily.k.rodgers@army.mil and julie.m.west4.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.

Fort Leonard Wood ,
 MO  65473  USALocation

Place Of Performance : N/A

Country : United StatesState : MissouriCity : FT LEONARD WD

Office Address : KO DIRECTORATE OF CONTRACTIN 8112 NEBRASKA AVE FORT LEONARD WOOD , MO 65473-0140 USA

Country : United StatesState : MissouriCity : Fort Leonard Wood

You may also like

SALESFORCE LICENSE SUPPORT

Due: 29 Nov, 2024 (in 7 months)Agency: U.S. CITIZENSHIP AND IMMIGRATION SERVICES

GOOGLE WORKSPACE ENTERPRISE PLUS MAINTENANCE SUPPORT

Due: 29 Sep, 2024 (in 5 months)Agency: OFFICE OF PROCUREMENT OPERATIONS

Please Sign In to see more like these.

Don't have an account yet? Create a free account now.

Classification

naicsCode 517111Wired Telecommunications Carriers
pscCode DD01IT AND TELECOM - SERVICE DELIVERY SUPPORT SERVICES: ITSM, OPERATIONS CENTER, PROJECT/PM (LABOR)