THIS IS A Sources Sought Notice (SSN) ONLY. The U.S. Government intends to award a non-personal services contract to provide Enterprise Level Information Technology (IT) Cyber Security, and Data Management support to the Army, Office of the Deputy Chief of Staff, G9 (ODCS, G9) to meet mission requirements. Headquarters Department of the Army (HQDA), ODCS, G9, Information and Technology Directorate (ITD) requires IT service support to achieve ODCS, G9’s organizational readiness. The government shall not exercise any supervision or control over the contract service providers performing the services herein. Contract service providers shall be solely responsible for all materials, supervision, and other items necessary for performing the required tasks, except as defined in Part 3 Government Furnished Property, Equipment and Services in the attached draft Performance Work Statement (PWS) dated 7 March 2025.
The Mission and Installation Contracting Command - Fort Sam Houston (MICC-FSH) is requesting information from industry regarding Enterprise Level Information Technology (IT) Services and Data Management in accordance with (IAW) the attached PWS draft. The Government intends to award this to a small business. We encourage all small businesses, in all socioeconomic categories (including, 8(a) Business Development Program, Small Disadvantage Business, Historically Underutilized Business Zone, Service-Disabled Veteran-Owned, Women-Owned Small Business concerns), to identify their capabilities in meeting the requirement at a fair market price. Be advised that the U.S. Government is unable to set aside this requirement if two (2) or more small businesses do not respond with information to support a set-aside.
This notice does not constitute a Request for Quote (RFQ)/Invitation for Bid (IFB)/Request for Proposal (RFP) or a promise to issue an RFQ, IFB or RFP in the future. This notice does not commit the U.S. Government to contract for any supply or service. Furthermore, the U.S. Government is not seeking quotes, bids, or proposals at this time and will not accept unsolicited proposals in response to this SSN. The U.S. Government will not pay for any information or administrative costs incurred in response to this notice. Submittals will not be returned to the responder. A determination not to compete this requirement, based upon responses to this notice, is solely at the discretion of the Government. However, if a competitive solicitation is released, it will be synopsized on the Government-Wide Point of Entry (GPE) located at SAM.gov. Potential offerors are responsible for monitoring the GPE for additional information pertaining to this requirement.
The anticipated North American Industry Classification System (NAICS) code is 541512 – Computer Systems Design Services. The size standard for this NAICS code is $34M. If a different NAICS code would be better suited, please state in your response what NAICS is better suited for this requirement and why.
This is a follow-on requirement with an anticipated period of performance for one (1) base year of 12 months and two (2) 12-month option years.
Current Contract Information:
a. Contract Number: W9124J-24-C-0019
b. Extent of Competition: 8(a) Sole Source
c. Contract Name/Info: Technology & Business Management, Inc (TBM)
d. Contract Award Total: $3,974,028.00
e. Period of Performance: 20 March 2024 to 19 September 2025
RESPONSES REGARDING POTENTIAL SOURCES STATEMENT OF CAPABILITIES: Interested Offerors having the required specialized capabilities/ qualifications to support some or all the work described in the draft PWS are asked to answer the following questions and submit a capability statement. Capability statements shall contain the following information. In response to this SSN, vendor responses are limited to ten (10) written pages (PDF or MS Word Format) and should include:
1. Identify any condition or action that may be having the effect of unnecessarily restricting competition with respect to this acquisition and identify alternatives or solution solutions. Also contact the Mission and Installation Contracting Center (MICC) Advocate for Competition, Scott Kukes, at scott.d.kukes.civ@army.mil or 210-466-3015, if you believe that this action is unreasonably restricting competition. Include the subject of the acquisition, this announcement, and the MICC POC information from the SSN. Provide the specific aspects that unreasonably restrict competition and the rationale for such conclusion.
2. Provide name of the firm, point of contact, phone number, email address, Unique Entity ID, CAGE code, identify business size (large business or a small business) and if applicable, a statement regarding small business status including small business type(s)/certifications(s) (e.g., SDB, 8(a), HUBZone, SDVOSB, WOSB, etc.) and the corresponding NAICS code.
3. What percentage of work will be performed by the small business prime contractor and all similarly situated entity subcontractors? Note: See FAR 52.219-14(e)(1) Limitations on Subcontracting (Oct 2022) (DEVIATION 2021-O0008). If your firm is interested in competing for this requirement as a prime contractor and you plan to subcontracting any of the services out, contemplating a Joint Venture, and/or creating a teaming arrangement, please provide the name of these companies and what work and what percentage of work they will be performing, if available.
"Similarly situated entity" means a first-tier subcontractor, including an independent contractor, that has the same small business program status as that which qualified the prime contractor for the award and that is considered small for the NAICS code the prime contractor assigned to the subcontract the subcontractor will perform. An example of a similarly situated entity is a first-tier subcontractor that is a HUBZone small business concern for a HUBZone set-aside.
In addition, the Contractor agrees in performance of a contract for services, it will not pay more than 50 percent of the amount paid by the Government for contract performance to subcontractors that are not similarly situated entities.
4. Please provide information in sufficient detail regarding any relevant previous experience (indicate whether as a prime contractor or subcontractor) on similar requirements (include size, scope, complexity, timeframe, government or commercial), pertinent certifications, etc., that will facilitate making a capability determination.
5. Describe the Contractor’s established means of documenting, executing and performing quality control (QC) on contract deliverables.
6. Describe how Contractor will improve IT service delivery to agency customers using Army Enterprise IT capabilities, allowing access to agency unclassified collaboration capabilities and information without dedicated Virtual Private Network (VPN) support.
7. Describe Contractor’s experience as it relates to Cloud Systems Administration & Development, Security and Operations Engineering Support (to include experience with Cloud Application Migration and Modernization Support.
8. Describe briefly how the Contractor will create modernized and compliant web services development ensuring 508 compliance and standardize all Agency websites to the Army’s common web templates (address social media content management and support, user experience management and public facing websites development and maintenance).
9. How will Contractor facilitate collaboration and knowledge management using Microsoft 365-based automated tools across the organization?
10. How will Contractor provide Information Technology Management Office Support to include help desk support, trusted agent support, accounts and access management support?
11. Describe Contractor’s experience with Property Book Office (PBO) Support, which includes equipment/property issuance, return and accountability, types of systems used to account for property and resolving issues with lost or damaged property.
12. How would industry recommend the Government establish its CLIN structure / pricing arrangement, considering the various effort requirements?
12. Provide information to help determine if the service is commercially available, including pricing information, basis for the pricing information (e.g., market pricing and catalog pricing), delivery schedules, customary terms and conditions, warranties, etc.
13. Provide any recommendations to improve the Army's approach/specifications/draft PWS/PRS to acquire the identified services.
14. Does Contractor possess a secret facility clearance from the Defense Security Service?
15. Does Contractor’s employees that will perform the work in support of this contract have a secret security clearance from the Defense Industrial Security Clearance Office?
Responses to this sources sought synopsis shall be submitted on or before 5:00 P.M. CDT on 31 March 2025 via email to LaTasha Cardwell, Contract Specialist at latasha.s.cardwell2.civ@army.mil and cc Stephen Fuller, Contracting Officer at stephen.b.fuller4.civ@army.mil. No telephonic responses will be accepted.
Correspondence and responses shall reference W9124J-25 R-ITSP in the subject line. Upon receipt of responses, the Government will request from our Customer an assessment regarding each firm’s potential to fulfil our requirements as depicted in the draft PWS. Respondents will not be notified of the results of the evaluation. The Government will not return any information submitted in response to this notice.
Primary Point of Contact: Secondary Point of Contact:
Ms. LaTasha S. Cardwell Mr. Stephen Fuller
Contract Specialist Contracting Officer
Email: latasha.s.cardwell2.civ@army.mil Email: stephen.b.fuller4.civ@army.mil