Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 11, 2004 FBO #0928
SOLICITATION NOTICE

D -- Total Information Processing Support Services-3 (TIPSS-3)

Notice Date
6/9/2004
 
Notice Type
Solicitation Notice
 
NAICS
541512 — Computer Systems Design Services
 
Contracting Office
Department of the Treasury, Internal Revenue Service (IRS), National Office Procurement (OS:A:P), 6009 Oxon Hill Road, Suite 500, Oxon Hill, MD, 20745
 
ZIP Code
20745
 
Solicitation Number
TIRNO-04-R-00017
 
Response Due
7/22/2004
 
Archive Date
8/6/2004
 
Point of Contact
Ethel Carter, Project Manger, Phone 202-283-1354, Fax 202-283-1160, - Robert Niedzwiecki, Contracting Officer, Phone 202-283-1141, Fax 202-283-1160,
 
E-Mail Address
ethel.m.carter@irs.gov, robert.w.niedzwiecki@irs.gov
 
Small Business Set-Aside
Partial Small Business
 
Description
The Internal Revenue Service plans to issue a Request for Proposals (RFP) in support of the Department of the Treasury and its bureaus, to include the IRS; and other federal agencies for the Total Information Processing Support Services-3 (TIPSS-3) procurement. This solicitation will provide a continuation of the broad range of Information Technology related services provided by the initial Treasury Information Processing Support Services contracts. It is anticipated that TIPSS-3 will result in multiple awards, with an array of contract types: indefinite-delivery-indefinite-quantity, cost-plus-fixed-fee, fixed price and time-and-materials featuring term, completion and performance-based Task Orders. TIPSS-3 will provide for a wide range of information processing support services consisting of three Task Areas: (1) Information Systems Services; (2) System Security Services (SSS); and (3) Strategic Business Services (SBS). TIPSS-3 will be conducted as a full and open competition with a partial small business set-aside (SBSA) portion. All businesses who elect to compete under the unrestricted portion of the full and open competition must submit a proposal for the primary task area of Information Systems task area and may submit a proposal for any or all of the two other task areas. Small Business Offerors who submit a proposal under the partial small business set-aside shall submit a proposal for any or all of the three task areas. For the SBSA portion, it is anticipated that at least one award will be made to the following sized firms: small business, 8(a), HUBZone and Service-Disabled Veteran-Owned. The SBSA contracts will be awarded Task Orders estimated at $100,000 or less. Large Business Offerors and Small Business Offerors, who elect to compete under the full and open competition, shall provide evidence of process maturity in accordance with the IRS Policy and Procedure 39.1(b) Capability Maturity Model? (CMM?) for software development through the submission of Standard CMMI Appraisal Method for Process Improvement SM (SCAMPI SM) Class A results. It is mandatory that all Offerors who are awarded Task Orders for any activity related to software development for the IRS comply with the IRS policy for Capability Maturity Model Integration SM (CMMI?) compliance. The CMMI? submissions will be due November 29, 2004. Offerors proposing under the Partial Small Business Set-Aside (SBSA) have two options: (1) SBSA Offerors may validate their SEI SM CMMI? Level 2 status by providing the same CMMI? information required for proposing under the full and open competition; or alternatively, SBSA Offerors may choose to defer validation of their SEI SM CMMI? Level 2 status until after contract award. The NAICS Code for this acquisition is 541512. The small business size standard pertaining to the NAICS Code is: the average annual receipts of the concerns and its affiliates of the previous 3 fiscal years must not exceed $21 million. The awarded contracts will be for one year with four one-year options. Most of the work will be performed within the Washington, D.C. Metropolitan area. Other performance locations include all of the United States, its territories and occasionally locations throughout the world. The exact location will be specified on the individual task orders. All solicitation documents will be available at the internet at www. procurement.irs.treas.gov. The solicitation number is TIRNO-04-R-00017 and its anticipated date of release is on or about June 22, 2004. Interested vendors are requested to register via e-mail at awss.tipss3@irs.gov. In addition, a small business conference will be conducted on July 14, 2004 at the IRS New Carrollton Bldg. for this acquisition. All interested businesses are invited to attend. See Numbered Note No. 2.
 
Place of Performance
Address: United States, its territories and occasionally locations throughout the world
 
Record
SN00601271-W 20040611/040609212627 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO 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.