Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 17, 2006 FBO #1572
MODIFICATION

D -- DHS EAGLE Information Technology Support Services

Notice Date
9/29/2005
 
Notice Type
Modification
 
NAICS
541519 — Other Computer Related 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
HSHQDC-05-R-00010
 
Response Due
10/31/2005
 
Point of Contact
William Thoreen, Contracting Officer, Phone 202-692-4359, Fax 202-205-9028,
 
E-Mail Address
William.Thoreen@dhs.gov
 
Small Business Set-Aside
Partial Small Business
 
Description
The purpose of this synopsis is to advise prospective offerors of an omission in Amendment 0001. Specifically, Amendment 0001 provides a RFP change page for Section L.8 (Page 80) in which the NAICS code list for Functional Category 2, Tier 2 Telecommunications-Related Services, only reflects NAICS 517110. This list should also include NAICS codes 517212 and 517310, as presented at the Pre-Proposal Conference and as included in the Pre-Proposal Conference slide presentation. This omission will be corrected in Amendment 0002 to be issued on or about October 24, 2005. rocedures, guidelines, and directives. These documents and guidance will allow DHS to comply with the requirements of law and legislation, and operate the enterprise in an efficient and effective manner. These services encompasses all areas of IT policy and planning including, but not limited to, enterprise architecture, security, training, enterprise resource management, business process reengineering, IT transformation and strategy, organizational change leadership, and enterprise and program management office support (e.g. business case development and performance management). The single EAGLE solicitation will include two separate and distinct source selections, one unrestricted and one set-aside for small business. Source Selections for both of these evaluation tracks will be conducted at the functional service category level. Vendors will be allowed to propose on one, any or all of the functional service categories. EAGLE contracts will be awarded to vendors in the functional service categories for which they are determined to provide the best value to the government. Proposal requirements will emphasize qualifications rather than technical solutions. The following factors comprise the basis for award: past performance; quality awards and certifications; program management and quality control program; ability to recruit, train and retain high quality personnel; ability to achieve results through teaming; knowledge and understanding of DHS; small business participation (unrestricted track only); and pricing. Multiple IDIQ contracts will be awarded to highly qualified contractors that possess the capabilities and demonstrated experience to serve as EAGLE prime contractors in one or more of the five functional service categories. The Government carefully developed evaluation criteria to identify the most highly qualified offerors which demonstrate the capability to provide, as a prime contractor, the full range of services envisioned in the respective functional category being proposed. Although the contract-level source selection will focus only on prime contractors and their experience as prime contractors, offerors are free to form teams as they see fit, particularly in the interest of providing a more definitive small business subcontracting plan. The number of contract awards resulting from the unrestricted and small business set-aside tracks will be limited to a number sufficient to maintain competition for task orders. Prospective offerors are encouraged to conduct a self assessment against the evaluation criteria to determine if they will be competitive in a functional category for either the small business set-aside or the unrestricted evaluation tracks. Prospective offerors that do not believe they will be among the most highly rated competitors should instead pursue subcontractor/teaming opportunities with the EAGLE contract awardees. Task orders will be competitively awarded for the specific work to be conducted under these functional service category contracts. In the course of task order competitions, EAGLE prime contractors will be expected to establish the best solution (and team) for the specific task order requirements. The EAGLE program will strongly encourage teaming throughout the life of the contracts. For the set-aside portion, only small businesses will be considered for prime contract award. NAICS codes will be used at the Functional Category (FC) level. The NAICS codes and size standards are as follows: (FC1) NAICS 541512 - $21M size standard; (FC2) NAICS 517110, 541513, 811212, 518210 with an overall the size standard of 1500 employees; (FC3) 541512 - $21M size standard; (FC4) 541511- $21M size standard; (FC5) 541611 - $6M size standard. The NAICS 541519 listed in the general information section of this synopsis was selected for announcement purposes only because of its breadth of coverage. The unrestricted portion will require offerors to include goals for subcontracting with small business concerns. As applicable, offerors will be required to submit a Small Business Subcontracting Plan in accordance with FAR Part 19. Proposed subcontracting goals will be addressed as an evaluation factor in the selection of the unrestricted awardees. Additionally, evaluation sub-factors will be included for prime contractor participation in the DHS Mentor-Protege program and small disadvantaged business participation. Further information regarding subcontracting and mentor-protege opportunities can be found by www.dhs.gov/openforbusiness. The website provides a detailed description of the DHS Mentor-Protégé Program and provides an application to apply for it. Processing time is ten (10) calendar days. EAGLE contracts will promote the use of performance based contracting, accommodate the issuance of task orders for all types of pricing arrangements (Fixed Price, Cost Reimbursement, T&M, etc.) and will allow for various incentive contracting features. Specific program or project requirements will be defined in task orders that will be competed at the functional service category level. Task orders will be competed using the Fair Opportunity provisions of the FAR. EAGLE contracts will have a five year base and two one-year option periods. Individual tasks will specify delivery or performance period requirements that may run up to 24 months beyond the term of the contract. EAGLE will allow for task order performance at any location in the United States (CONUS) or outside the US (OCONUS). IDIQ contract guaranteed minimums will be set at $250. This amount is intended to provide consideration for the IDIQ award. The scope of the contracts and the limited number of IDIQ contract awards will provide each vendor with adequate opportunities to receive task orders. A pre-proposal conference will be conducted on October 13, 2005 in the U.S. Department of Commerce Auditorium at 14th and Constitution Ave, Washington, DC. The conference is expected to last approximately one hour and will be limited to a review of the RFP proposal requirements. No technical or strategic topics will be discussed. Attendance is not mandatory. Multiple sessions may be held, depending upon the volume of interest. Registration is required. Registration details will be provided on FedBizOpps (http://www.fbo.gov) and www.dhs.gov/openforbusiness on October 3, 2005. Seating will be limited, therefore registration is on a first come first served basis and a maximum of only two representatives from each company will be allowed. Please do not send registration requests to the DHS EAGLE email address. Due to the anticipated level of interest, the ITAC will not entertain requests for contractor visitations or marketing calls. All RFP questions shall be submitted in writing via email to dhseagle@dhs.gov and must include a reference to the RFP section, paragraph, and page number. See Numbered Note 2. NOTE: THIS NOTICE MAY HAVE POSTED ON FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (29-SEP-2005). IT ACTUALLY APPEARED OR REAPPEARED ON THE FEDBIZOPPS SYSTEM ON 15-MAR-2006, BUT REAPPEARED IN THE FTP FEED FOR THIS POSTING DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.fbo.gov/spg/DHS-DR/OCPO/DHS-OCPO/HSHQDC-05-R-00010/listing.html)
 
Record
SN01007518-F 20060317/060315214209 (fbodaily.com)
 
Source
FedBizOpps 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.