Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 04, 2005 FBO #1439
SOLICITATION NOTICE

D -- Information Technology (IT) Engineering and Ashore Operation Support Services

Notice Date
11/2/2005
 
Notice Type
Solicitation Notice
 
NAICS
541513 — Computer Facilities Management Services
 
Contracting Office
Department of the Navy, Military Sealift Command, MSC HQ - Washington, 914 Charles Morris Court, SE Washington Navy Yard, Washington, DC, 20398-5540
 
ZIP Code
20398-5540
 
Solicitation Number
N00033-05-R-6507
 
Response Due
12/19/2005
 
Archive Date
1/3/2006
 
Description
Military Sealift Command (MSC) intends to issue a request for proposal for Information Technology (IT) Engineering and Ashore Operation Support Service. The Command Control Communications and Computer Systems Directorate (C4S) of MSC requires technical support services to maintain its Automated Information Systems (AIS) support to all Directorates and MSC Program Managers. Support services are also needed to ensure that MSC internal computer and communication systems support the functional tasks of internal organizations and create or maintain compatibility and connectivity to Government and private industry. This requirement includes, but is not limited to, Project Management, Integration Support, Systems Engineering, and Ashore Operations. This solicitation is being advertised on an UNRESTRICTED basis using full and open competitive procedures. The proposed contract will be an indefinite-delivery, indefinite-quantity (IDIQ) contract with fixed priced task orders. The requirement will contain provisions for a base year, plus three (3) one-year options and eight (8), three-month award term option periods. Full performance is expected to begin on or about 01 July 2006. The acquisition will be classified under the North American Industrial Classification Code 541513 with a small business size standard of $21,000,000.00 (used to determine the size status of the offeror). Potential offerors will be required to participate in a two-phase source selection process. In Phase I, potential offerors will be asked to provide a response to a sample task, which will be evaluated on an ACCEPTABLE/UNACCEPTABLE basis. All responsible sources may submit an offer, which shall be considered. After evaluation, the Contracting Officer will notify the UNACCEPTABLE offerors that they will no longer be considered for award under this solicitation. The Contracting Officer will notify ACCEPTABLE offerors that they will be required to participate in Phase II. Only Phase I Acceptable offerors will participate in Phase II. Potential offerors in Phase II will be required to submit a full written proposal for the total solicitation requirements to include oral presentation slides. After evaluation of written proposals and oral presentations slides, potential offerors who are determined to be in the competitive range will be required to participate in Oral Presentations and discussions. The Government intends to issue the solicitation on the WEB only. It will be available for viewing and downloading at http://www.msc.navy.mil. It is the offeror's responsibility to monitor the Internet site for the release of the solicitation and amendments (if any). Potential offerors will be responsible for downloading their own copy of the solicitation and amendments (if any). When downloading, prospective offerors MUST register on the web site. The tentative timeline for the proposed acquisition is the issuance of the solicitation on or about 17 November 2005. Questions concerning the solicitation will be due on or about 06 December 2005. Sample task proposals will be due on or about 19 December 2005. Written proposals and oral presentation slides for Phase II offerors will be due on or about 15 February 2006. The Government reserves the right to reject any or all proposals at any time prior to award; to negotiate with any or all offerors; to award the contract to other than the offeror submitting the lowest total price; and to award to the offeror submitting the proposal determined by the Government to be the most advantageous to the Government. The Government intends to award a single contract resulting from this solicitation to the responsible offeror whose proposal represents the best value to the Government. All questions pertaining to this requirement must be submitted in writing to Mae Bartley, N1022 at the address above or emailed to mae.bartley@navy.mil with a copy to Charlean Sinkfield at charlean.sinkfield@navy.mil.
 
Place of Performance
Address: Washington Navy Yard and various other locations
Zip Code: 20398
Country: USA
 
Record
SN00925268-W 20051104/051102212320 (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.