Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 07, 2005 FBO #1258
SOURCES SOUGHT

D -- DHS Enterprise Portal

Notice Date
5/5/2005
 
Notice Type
Sources Sought
 
NAICS
541512 — Computer Systems Design Services
 
Contracting Office
DHS - Direct Reports, Office of the Chief Procurement Officer, Office of Procurement Operations, Office of the Chief Procurement Officer, Washington, DC, 20528
 
ZIP Code
20528
 
Solicitation Number
Reference-Number-DHS-EP-SS-0001
 
Response Due
5/23/2005
 
Archive Date
5/23/2005
 
Description
SOURCES SOUGHT: The Department of Homeland Security (DHS) is seeking potential sources to provide Enterprise Portal (EP) services that are required to develop a common portal framework and functionality to consolidate more than 20 portals and 150 websites within DHS Operating Elements (OE) that are currently independently developed and managed. The DHS Office of Procurement Operations (OPO) is soliciting interest and capability statements for a competitive acquisition from qualified contractors who are General Services Administration (GSA), Federal Supply Schedule (FSS) 70, SIN 132-51 holders. Therefore, the services required under this acquisition shall be available under the contractor?s current GSA/FSS. DHS strongly encourages the use of mentor-prot?g?, reverse mentor-prot?g?, partnering, teaming, and subcontractor arrangements. This is not a Request for Quote (RFQ). THIS NOTICE WILL BE USED TO DETERMINE WHO WILL RECEIVE AN RFQ. Only contractor?s who meet the North American Industry Classification System (NAICS), 541512, Systems Integration Design Consulting Services should submit a capabilities statement. The size standard for this code is based upon average annual receipts of $21 million for the three (3) most recent completed fiscal years. The Government will use the responses to this Sources Sought to determine who will receive a RFQ by evaluating the following requested information and the capability statements. Requested information shall include: 1) GSA FSS number and expiration date; 2) business website; 3) Contract references (provide three for prime contractor, and one for each teaming partner, subcontractor, etc.) in the past five years most relevant to the requirement to include: contract number, name of agency/company supported, whether or not you were a prime or subcontractor, period of performance, original contract value, final and/or current contract value, COTR/Technical monitor name, phone/fax number, POC with current phone/fax number, and a brief description of the effort. 4) Company profile: number of employees, annual sales history, locations, security clearances, CAGE and DUNS numbers. 5) Capability statements should demonstrate the contractor?s experience and qualifications as a prime contractor performing and managing enterprise portals, web services, or similar information technology contracts of considerable magnitude, size, and complexity. Responses must be sufficient to permit an assessment establishing a bona fide capability. An overview of the DHS Requirement is provided separately to assist potential respondents in tailoring their responses. Vendors determined not to be best qualified will be notified in writing and shall not receive an RFQ. Prospective vendors who fail to participate and submit a capability statement in accordance with this ?Sources Sought? shall not be eligible to participate in the subsequent competition for DHS Enterprise Portal as a prime contractor. OTHER REQUIRED INFORMATION: In order for DHS to assess set-aside possibilities, interested parties shall also include a cover letter that includes company name, points of contact, telephone numbers, fax numbers, e-mail addresses for points of contact, and identifies the company as one or more of the following: 1) small business; 2) 8(a) business; 3) HUBZone small business; 4) small disadvantaged business; 5) woman-owned small business; 6) veteran-owned small business; 7) service-disabled veteran-owned small business; and 8) large business. Responses will assist the Government in their market research to determine whether to set-aside, restrict competition in some way or solicit offers from all responsible sources. Please identify your interest in either being a Prime or Sub-contractor for this requirement. PREPARATION PERIOD FOR RESPONSE TO RFQ: After potential quoters are selected, DHS is planning to issue a statement of objectives (SOO) under the RFQ. During the ?due diligence? period these potential quoters will be required to obtain a sufficient understanding and knowledge of DHS existing portals, websites, web-based applications and supporting technologies to allow them to develop a comprehensive technical and management solution that encompasses the magnitude, scope and complexity of this requirement. During this period potential quoters may also have to respond to a draft blanket purchase agreement by providing their most favorable price discounts, terms, and conditions; develop a performance work statement, quality assurance plan; identify key performance indicators/metrics and performance incentives; prepare an oral presentation and slides for evaluation; provide past performance information to include industry ratings, certifications and/or awards; etc. Respondents are also advised that DHS may use the results of the RFQ evaluation to determine which vendors will be invited to develop a Proof-of-Concept or proto-type and perform a Live-Test-Demonstration. Based upon the additional information provided above, vendors are requested to estimate the LENGTH OF TIME required for preparation of a quotation adequately addressing these requirements after RFQ release. INSTRUCTIONS FOR RESPONSES: Submit a four-page (maximum) technical capability statement and a four-page (maximum) past performance paper, describing how your company can satisfy the requirements above. Double-sided pages with text on both sides will be counted as two pages. The responses should be formatted as follows: Page size shall be 8.5 x 11 inches; foldouts are permitted but will count as two pages towards total page count. Pages shall be single-spaced. The font shall be Times New Roman and the font size shall be no less than twelve (12) point. Use at least 1-inch margins on the top and bottom and ? inch side margins. Any information submitted by respondents to this synopsis is strictly voluntary. If respondents are selected to receive a RFQ, DHS strongly encourages teaming, mentor prot?g?, reverse mentor prot?g?, subcontractor arrangements, etc. where appropriate to provide the end to end solution set to meet the DHS portal requirements outlined in this Sources Sought synopsis. This synopsis does not restrict the Government as to its ultimate acquisition approach. The Government will neither award a contract on the basis of this notice, nor pay for any information that is submitted by respondents to this Sources Sought. This Sources Sought should not be construed as a commitment by the Government to issue a FORMAL RFP, RFQ or contract. Responses to the Sources Sought will not serve as proposals, bids, or offers, which could be accepted by the Government to form a binding contract. PLEASE NOTE:. There is no solicitation available at this time. Requests for a solicitation will not receive a response. RESPONSE DATE: All questions must be sent electronically and must be received via e-mail no later than Wednesday, May 11, 2005 at 2:30 p.m. EST. Technical capability statements and other required information shall be submitted via e-mail no later than Monday, May 23, 2005 at 2:30 p.m. EST. Only electronic responses sent to the following e-mail address will be accepted. LATE RESPONSES WILL NOT BE REVIEWED. E-mail address is charles.conrad@hq.dhs.gov. E-mail responses requiring more than 5 megabytes of memory must be sent as separate files.
 
Place of Performance
Address: 7th & D Streets, SW, Washington, DC
Zip Code: 20528
Country: USA
 
Record
SN00801349-W 20050507/050505211525 (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.