Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 02, 2007 FBO #2106
SOLICITATION NOTICE

D -- Systems Development Support Services

Notice Date
8/31/2007
 
Notice Type
Solicitation Notice
 
NAICS
541512 — Computer Systems Design 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-6503
 
Response Due
10/16/2007
 
Description
Military Sealift Command (MSC) intends to issue a request for proposal for Systems Development Support Services (SDSS). The Command Control Communications and Computer Systems Directorate (C4S) of MSC require the contractor to provide SDSS to ensure the operation and availability of MSC?s Information Technology (IT) Automated Information Systems (AIS) worldwide. This requirement includes, but is not limited to, Program Management and Systems Development, Implementation and Maintenance (Software Engineering, MSC Data Replication Support, MSC Information Systems Portal, Engineering Shipboard Systems, Engineering Shoreside Systems, and Logistics Systems). 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 contract with fixed price task orders. The requirement will contain provisions for a base year, plus four (4) one-year options and ten (10), six-month award term option periods. Full performance is expected to begin on or about 01 April 2008. The acquisition will be classified under the North American Industrial Classification Code 541512 with a small business size standard of $23,000,000.00 (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 documentation showing that they have development processes that are CMMI (Capability Maturity Model for Integration) for Development Level 3 certified or have development processes that are equivalent to CMMI for Development Level 2 and 3; documentation showing that they have the ability to repeat and control their development processes; and documentation showing their ability to manage data transfer between multiple sites using Sybase Replication. Responses to Phase I will be evaluated on an ACCEPTABLE/UNACCEPTABLE basis. All responsible sources may submit a timely 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 invited to participate in Phase II. Potential offerors in Phase II will be requested to submit a full written proposal for the total solicitation requirements to include oral presentation slides. After evaluation of written proposals and oral presentation slides, potential offerors who are determined to be in the competitive range will be requested to participate in Oral Presentations and discussions. Offerors must be registered in the CCR to participate in this procurement. Offerors must have a facility clearance, up to SECRET, or an interim facility clearance prior to contract award. The Government intends to issue the solicitation on the WEB only. The solicitation can be viewed by going to the Military Sealift Command website (http://www.msc.navy.mil). Click on Contracts; Requests for Proposal/Quotation (RFP/RFQ); Select RFP N00033-07-R-6503; and Click on Search. 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 the RFP, prospective offerors MUST register on the web site to receive notifications of any posted amendments. The tentative timeline for the proposed acquisition is the issuance of the solicitation on or about 14 September 2007. Questions concerning the solicitation will be due on or about 04 October 2007. Phase I proposals will be due on or about 16 October 2007. Written proposals and oral presentation slides for Phase II offerors will be due on or about 20 November 2007. 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 form 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 Clarice Turner, N1022c at the address above or e-mailed to Clarice.Turner@navy.mil with a copy to Mae Bartley at Mae.Bartley@navy.mil.
 
Place of Performance
Address: Washington DC metropolitan area, Hampton Roads, VA, and San Diego, CA
Zip Code: 20398
Country: UNITED STATES
 
Record
SN01392589-W 20070902/070831222400 (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.