ESGR IT System Upgrade
SOLICITATION NUMBER: H9821019RXXXX_ESGR IT Upgrade Sources Sought: Employer Support of the Guard and Reserve The Defense Human Resources Activity is issuing this Sources Sought Notice as a means of co... SOLICITATION NUMBER: H9821019RXXXX_ESGR IT Upgrade Sources Sought: Employer Support of the Guard and Reserve The Defense Human Resources Activity is issuing this Sources Sought Notice as a means of conducting market research to identify parties having an interest in, and the resources for, providing services in accordance with the "Draft" Performance Work Statement (PWS) capable of providing a system technical refresh of ESGR Portal's suite of custom built applications. The three applications contained within the ESGR Portal are the Inquiry and Case Management System (ICMS), Freedom Award Nomination (FAN), and the Member Management System (MMS). All three applications were built in ASP.NET Web Forms with master pages and user controls. An upgrade will capture the most current system enhancements, address system bugs, compatibility issues, vulnerabilities, and enhancements for mobile friendly applications. In order to upgrade the system the contractor shall provide the personnel, management and materials necessary to develop a project plan, collect requirements, validate requirements, update websites, coordinate testing, implement in both staging and production environments, provide training, and provide documentation to ensure the understanding of website operations. This notice shall not be construed as a formal solicitation or an obligation on the part of the Government to acquire any products or services. In addition, it does not guarantee that a subsequent solicitation will be issued. Submission of any information in response to this Sources Sought notice is voluntary and will assist in the acquisition. Costs associated with any submission shall not be reimbursed by the Government. THE GOVERNMENT IS NOT SEEKING PROPOSALS AND WILL NOT ACCEPT UNSOLICITED PROPOSALS. 1. The proposed NAICS for this effort is 541511, Custom Computer Programming Services (size standard $27.5 Million). Comments on this NAICS and suggestions for alternative codes must include supporting rationale. 2. The Government is specifically performing Market Research to see if there are potential vendors who can provide the following: Provide an upgraded system through personnel, management and materials necessary to develop a project plan, collect requirements, validate requirements, update websites, coordinate testing, implement in both staging and production environments, provide training, and provide documentation to ensure the understanding of website operations. SUBMISSION INFORMATION: A. COVER SHEET - 1 page 1. Vendor name, address, website, Data Universal Numbering Systems (DUNS) Number, and Commercial and Government Entity (CAGE) Code. 2. Point of contact to include e-mail address and telephone number. 3. Type of business, including socio-economic category (Large, Small, 8(a) Participant, Small Disadvantaged Business, HUBZone, Woman-Owned Small Business, Service-Disabled Veteran-Owned Small Business, or Non-Profit) 4. If applicable, GSA contract number, schedule. B. CAPABILITIES STATEMENT & MARKET INFORMATION - no more than 10 pages 1. Please describe your organization's breadth of expertise/competency to respond to the attached DRAFT PWS. All items designated under the requirements section 4.0 are considered to be "Critical Functions" that should be addressed in the response. C. BACKGROUND/PAST EXPERIENCE: Provide the following information on two (2) Support Services projects in an environment of similar scale completed within the last five (5) years for which the responder was a prime or Sub-Contractor. 1. The name and value of each project; 2. The name, address, telephone and email address for point of contact; 3. The Prime Contract Type, Firm Fixed Price, Cost Reimbursement, or Time and Material; 4. A description of each project, including challenges and successes; and 5. Your company's role and services provided for each project. All interested and capable contractors are encouraged to respond. Respondents will not be notified of the results of the sources sought evaluation. The results of this sources sought notice will assist the Contracting Officer in determining whether an 8(a), Service-Disabled Veteran-Owned Small Businesses (SDVOSB), Certified HUBZone Small Business, Woman-Owned Small Businesses (WOSB), Small Business set-aside, or full and open competition is an acceptable strategy for this procurement. Responses to this synopsis may be used to aid in establishing realistic, achievable small business participation goals. Interested contractors must be registered in the System for Award Management (SAM) in order to conduct business with the Government. Responders are advised that the U.S. Government will not pay for any information or administrative costs incurred in response to this Sources Sought; all costs associated with responding will be solely at the interested party's expense. All information received in response to this submission that is clearly marked Proprietary will be handled accordingly. Acknowledgement of receipt of responses will not be made and submissions to this Sources Sought will not be returned. The information provided in this Sources Sought is subject to change and is not binding on the Government. RESPONSE DUE DATES: Questions regarding Sources Sought: The Government requests that all questions be returned by 10:00 AM EST on March 12, 2019. All responses shall be submitted electronically to the DHRA Contracting Directorate (PK) point of contacts: Todd E. Davis, Contract Specialist, Todd.E.Davis2.civ@mail.mil and Ralph M. Neely, Contracting Officer, Ralph.M.Neely.civ@mail.mil Complete Responses: The Government requests that all responses be returned by 10:00 AM EST on March 15, 2019. All responses shall be submitted electronically to the DHRA Contracting Directorate (PKEA) point of contacts: Todd E. Davis, Contract Specialist, Todd.E.Davis2.civ@mail.mil and Ralph M. Neely, Contracting Officer, Ralph.M.Neely.civ@mail.mil. Interested vendors may additionally contact the Small Business Point of Contact to discuss this requirement: Ms. Tammy Proffitt, Tammy.J.Proffitt2.civ@mail.mil phone number: 571-372-2591
Links ()
Attachments ()
Data sourced from SAM.gov.
View Official Posting »