Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 13, 2005 FBO #1417
SOURCES SOUGHT

D -- Seat Management Sources Sought

Notice Date
10/11/2005
 
Notice Type
Sources Sought
 
NAICS
541519 — Other Computer Related 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
Reference-Number-SeatManagementSourcesSought
 
Response Due
11/14/2005
 
Archive Date
11/29/2005
 
Point of Contact
Cathy Mann, Contract Specialist, Phone 202-283-1143, Fax 202-283-1511, - Patrick Breen, Contract Specialist, Phone 202-283-1462, Fax 202-283-1532,
 
E-Mail Address
Cathy.M.Mann@irs.gov, Patrick.K.Breen@irs.gov
 
Description
NARRATIVE FOR SEAT MANAGEMENT SOURCES SOUGHT The Internal Revenue Service (IRS) is seeking sources for the Seat Management Competitive Sourcing Study. Seat management services will be provided to approximately 103,000 normalized employees (count adjusted for part-time and seasonal FTEs) within the Internal Revenue Service, at approximately 728 facilities across the United States and 17 International locations. The tax processing environment will require that a Service Provider be capable of adapting to surge workload situations and fluctuations ranging from 90,000 to 120,000 users depending on the time of year. Seat management includes hardware and software acquisition, regularly scheduled technology refresh for hardware and software, voice services, local area network services, account administration, server infrastructure and non-corporate application server administration for the Wintel environment, asset management, help desk services, customer support, installation services, training, and relocations. Seat management will encompass Wintel platforms including desktops, laptops, servers, printers, and other peripheral components. The scope includes support for the IRS Common Operating Environment (COE) including but not limited to the most current versions of the following: Adobe Acrobat, Advance Checker, Attachmate Infoconnect Millennium II, Exceed, Interix, Internet Explorer, Outlook, Microsoft Office Suite, Symantec AntiVirus, Cisco VPN Client, Microsoft Project and Visio. It is anticipated that desktop, server, and LAN support will include performance of technical activities for computers and peripherals including desk-side support and problem resolution, user administration (moves, adds and changes), operating system support, maintenance labor, software deployment, hardware configuration/reconfiguration, and hardware deployment. Application management includes software metering of enterprise licenses, software deployment, configuration management, and access management. Asset Management will involve activities such as recording acquisition/deletion/moves/changes of IT components including asset identification and tracking, asset database management, change recording, and reconciliation. Help Desk services will include activities such as responding to calls and tickets, diagnosis of customer problems and problem resolution including assignment to service provider or utilization of other assets such as warranty or maintenance contracts. Help desk also includes escalation services and tracking for unscheduled service interruptions impacting Information Technology Services (ITS) operations. The objective of this Sources Sought announcement is to obtain capabilities statements, based on the requirements outlined above, from all interested businesses (large and small). Responses to this Sources Sought will assist the Government in determining the acquisition strategy. Respondents should identify their interest as either a Prime Contractor or a Subcontractor. Should the procurement be set-aside for small business, FAR clause 52.219-14 ?Limitations on Subcontracting? (DEC 1996) will apply. A small business interested in bidding as a Prime Contractor under a set-aside program must provide sufficient information to demonstrate that compliance with this requirement can be met. All interested businesses are hereby invited to submit a capabilities statement of no more than 25 pages. The capabilities statement should be tailored to this request and specifically address the company?s capabilities to provide the services outlined above. The statement should also include information on corporate experience, as well as key staff experience, with Seat Management programs of similar size, scope and complexity. The response should include past performance information on Seat Management programs of similar size, scope, and complexity including (1) Contract Name; (2) Point of Contact (POC); (3) Phone Number; (4) email address; and, (5) Description of Services Provided. The response should address basic corporate information including annual gross revenue, number of employees in the company, number of years in business, and the primary focus of the business and associated NAICS code(s). The cover letter submitted in response to this request should include the following information: (1) Company Name; (2) Primary Point of Contact; (3) Address; (4) Telephone Number; (5) Fax Number; (6) E-mail address for POC; and, (7) Interest as Prime Contractor or Subcontractor. The cover letter should also indicate the Socioeconomic status of 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; or (8) large business. Please Note: This sources sought notice is not a Request for Proposals (RFP). This sources sought notice is not to be construed as a commitment by the Government to issue a solicitation, to ultimately award a contract, or to otherwise pay for the information solicited herein. Response to this request will not serve as a proposal, bid, or offer, and will not be used by the Government to form a binding contract. Interested parties shall respond with one hard copy of their capabilities statement. In addition to the hard copy, the capabilities statement shall be provided on 2 CDs. The response shall be sent to the following address: Internal Revenue Service, Office of Competitive Sourcing, Attn: Cathy Mann (OS:A:P:C:C), 6009 Oxon Hill Road, 5th Floor Mail Room, Oxon Hill, Maryland, 20745. All responses must be received by Noon., EST, November 11, 2005. Interested Service Providers are encouraged to check the IRS.gov, Business Opportunities web page and select Competitive Sourcing Business Opportunities. All information concerning the Seat Management Competitive Sourcing Study will be posted to this site.
 
Place of Performance
Address: Various Locations Nationwide
 
Record
SN00914115-W 20051013/051011212041 (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.