Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 20, 2007 FBO #1971
MODIFICATION

D -- Defense Information Technology Security Certification and Accreditation Process (DITSCAP)/Defense Information Assurance Certification and Accreditation Process (DIACAP) Support Services

Notice Date
4/18/2007
 
Notice Type
Modification
 
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, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
N00033-07-R-6504
 
Response Due
4/30/2007
 
Archive Date
5/15/2007
 
Point of Contact
Jeff Fugate, Contract Specialist Intern, Phone 202-685-5964, Fax 202-685-5965, - Mae Bartley, Contract Specialist, Phone 202 685 5863, Fax 202 685 5965,
 
E-Mail Address
jeffrey.fugate@navy.mil, mae.bartley@navy.mil
 
Description
The Command, Control, Communications and Computer Systems (C4S) directorate (N6) requires Defense Information Technology Security Certification and Accreditation Process (DITSCAP) / Defense Information Assurance Certification and Accreditation Process (DIACAP) support services necessary to ensure Federal Information Security Management Act (FISMA) compliance of Military Sealift Command?s (MSC) Information Technology (IT) systems. This effort reflects changes in support requirement by increasing number of systems requiring DITSCAP accreditation. Further the scope of this contract supports the transition from DITSCAP to DIACAP. The work for this requirement will primarily be performed at MSC Headquarters at Washington Navy Yard; however, travel may be required to other locations. This solicitation is being advertised on an UNRESTRICTED basis using full and open competitive procedures. The acquisition will be classified under the North American Industrial Classification Code 541513 with a small business size standard of $23,000,000. The small business size standard is used for purposes of identifying if a prime contractor or any subcontractors are considered as a small business for evaluation purposes. 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. The contract will be for a base period plus three (3) six month option periods. The entire solicitation, when posted, will be available for viewing and downloading at the Federal Business Opportunity website. Prospective offerors MUST register on the web site to receive notifications. Amendments will be posted on the web site for downloading. This will be the only method of distributing the solicitation and amendments; therefore, IT IS THE OFFEROR?S RESPONSIBILITY TO CHECK THE WEB SITE PERIODICALLY FOR ANY AMENDMENTS TO THIS SOLICITATION. Offerors must also be registered in the Contractor's Central Registration (CCR) in order to participate in this procurement. The website for the CCR is http://www.ccr.gov. All questions pertaining to this requirement must be submitted IN WRITING to Jeff Fugate, N1022 at the address above, or e-mailed to jeffrey.fugate@navy.mil with a copy to Mae Bartley at mae.bartley@navy.mil.
 
Place of Performance
Address: Military Sealift Command Headquarters, 914 Charles Morris Court, SE, Building 210, Washington Navy Yard, DC
Zip Code: 20398-5540
Country: UNITED STATES
 
Record
SN01276163-W 20070420/070418221444 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.