Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 05, 2007 FBO #2200
SOLICITATION NOTICE

D -- ITOC - Synopsis for an information technology support services contract

Notice Date
10/6/2007
 
Notice Type
Solicitation Notice
 
NAICS
541519 — Other Computer Related Services
 
Contracting Office
Department of Justice, Federal Bureau of Investigation, Procurement Section, 935 Pennsylvania Avenue, N.W., Washington, DC, 20535, UNITED STATES
 
ZIP Code
20535
 
Solicitation Number
WH08-01
 
Response Due
10/22/2007
 
Point of Contact
Wiley Hall, Contracting Officer, Phone 202-324-2457, Fax 202-324-3104, - Mabel Comfort, Contracting Officer, Phone 202 324-3765, Fax 202 324-3104
 
E-Mail Address
wiley.hall@ic.fbi.gov, mabel.comfort@ic.fbi.gov
 
Small Business Set-Aside
Partial Small Business
 
Description
The FBI has a requirement for information technology support services to include personnel and facilities to design, develop, maintain, enhance and provide operational support for automated systems that are, or will be, resident on mainframes, minicomputers, servers and microcomputers. This acquisition will be titled: ITOD Task Order Contract (ITOC). ITOC will provide a full range of information technology support services. The full scope of information technology services will be defined in the ITOC solicitation document. This acquisition will be conducted as a small business set-aside solicitation with multiple awards under anticipated NAICS codes of 541511, 541512, 541513 and 541519 for which the size standard is $23,000,000 in annual receipts. It is anticipated that the FBI will award up to ten (10) contract awards from the single solicitation document. The contracts awarded will be Indefinite Delivery/Indefinite Quantity contracts utilizing fixed hourly labor rates with provisions for the award of future task orders that may consist of multiple contract types. Awardees of base contracts will be required to compete for future task orders issued by the FBI. Task orders issued under the ITOC contract will require assigned personnel to have active Top Secret security clearances issued and/or revalidated within the last 5 years. Personnel clearances require at least 5 years of U.S. citizenship, absence of a felony record, no history of drug abuse, and a good credit record. This is necessary for access to FBI mainframe computers and/or to have unescorted access to FBI buildings. Prime contractors must also have or be able to quickly obtain a Top Secret facility clearance. The FBI reserves the right to invite Offerors not possessing the requested facility clearance, but having the ability to obtain one, to submit proposals. In addition to required written proposals, oral proposals may be utilized to present an Offeror?s present technical capabilities and business management approach. These are two (2) of the areas that will be evaluated in accordance with the factors contained in the full ITOC solicitation. Contracts awarded will be for a base period that ends on 9/30/2008, four (4) optional one (1) year periods, and a final option period, with the length of the contract not to exceed 60 months. The maximum dollar amount that may be awarded to all contractors during the 60 month contract period of ITOC is $175,000,000. All contractors responding to the solicitation must be registered with the Central Contractor Registry. The solicitation will be available through the Fedbizopps website. The solicitation will be available via this website on or around 10/22/2007 with no hard copies being issued. The closing date for receipt of proposals will be specified in the RFP document. NOTE: THIS NOTICE MAY HAVE POSTED ON FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (06-OCT-2007). IT ACTUALLY APPEARED OR REAPPEARED ON THE FEDBIZOPPS SYSTEM ON 03-DEC-2007, 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/DOJ/FBI/PPMS1/WH08-01/listing.html)
 
Place of Performance
Address: 935 Pennsylvania Avenue, NW Washington, DC
Zip Code: 20535
Country: UNITED STATES
 
Record
SN01462519-F 20071205/071203231007 (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.