Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 16, 2008 FBO #2547
SOLICITATION NOTICE

D -- Business, Operations, and Administration Support Services (BOASS)

Notice Date
11/14/2008
 
Notice Type
Presolicitation
 
NAICS
541519 — Other Computer Related Services
 
Contracting Office
Department of the Navy, Space and Naval Warfare Systems Command, SPAWAR Systems Center Charleston, P.O. Box 190022, North Charleston SC 29419-9022
 
ZIP Code
29419-9022
 
Solicitation Number
N65236-09-D-0000
 
Response Due
7/24/2009
 
Archive Date
8/23/2009
 
Point of Contact
Point of Contact - Caleb Pulver, Contract Specialist, 504-697-1304; Edward V Wallace, Contracting Officer, 504-697-5594<br />
 
Small Business Set-Aside
8a Competitive
 
Description
The Space and Naval Warfare Systems Center Atlantic (SPAWARSYSCENLANT)intends to award multiple Indefinite Delivery/Indefinite Quantity (IDIQ) contracts for Business, Operations, and Administration Support Services (BOASS). This is a follow on to contract N00039-04-D-2021. The total value of this acquisition is estimated to be $240,000,000. The following is a synopsis of the requirement. Attached hereto is a draft statement of work. Please provide any questions you may have no later than 1 December 2008. Description of Service: These services will be provided primarily on site at SPAWARSYSCENLANT's facility in New Orleans, Louisiana (SPAWARSYSCENLANT-NOLA); however this contract may be utilized to provide support services at all SPAWAR locations and in support of customers supported by SPAWARSYSCENLANT-NOLA. The contract resulting from this procurement will cover business, operations and administration functions such as: Strategic & Performance Management, Basic/Administrative Office Support, Quality Assurance, Systems Management Center, Help Desk, Logistics/Warehouse/Audio Visual, Financial Analysis, Process Management, Administration, Public Affairs, Configuration Management, Manpower & Personnel Support, Training, Telephony, Knowledge Management, and Information Security and Administration. Please note that the ordering period on incumbent BOASS contract, N00039-04- D-2021, does not expire until 30 September 2010. Therefore, the first ordering year of the new BOASS contract will cover the other locations except for SPAWARSYSCENTLANT-NOLA's office complex in New Orleans. Upon completion of incumbent BOASS contract's ordering period in 30 September 2010, an option will be exercised on the new BOASS contract to cover SPAWARSYSCENTLANT-NOLA's office complex in New Orleans. Description of Agency: The SPAWARSYSCENLANT-NOLA is a full-service provider of information technology services and integrated enterprise solutions. The SPAWARSYSCENLANT-NOLA is a field site of the Navy's SPAWARSYSCENLANT. The organization offers a comprehensive range of information technology products and services from requirements identification and analysis, systems and production engineering, telecommunications support to architecture design, quality assurance, product testing and advanced networking operations. The SPAWARSYSCENLANT-NOLA is responsible for, but not limited to, supporting legacy Navy personnel and pay systems and providing support for the following Program Executive Office-EIS programs: the Defense Integrated Human Resource System for Personnel and Pay (ACAT I), Navy Single Integrated Personnel System (ACAT I) and New Order Writing (AAP). In addition, the SPAWARSYSCENLANT-NOLA now provides support for other Government activities such as the Department of Homeland Defense and Veteran's Administration. Description of Acquisition Strategy: The BOASS procurement will be an 8(a) set-aside in accordance with FAR 19.8, which restricts eligibility for award to firms in the 8(a) program. A source selection plan will be developed with an acquisition objective to select the 8(a) Offerors providing the overall best value to the Government. The evaluation criteria, in descending order of importance is composed of the following factors: Technical and Management Approach; Corporate Experience; Past Performance and Cost/Price. Evaluated sub-factors under Technical/Management, in descending order of importance are, understanding the requirements of the performance work statement, key personnel, management plan, including subcontract management and transition plan. Depending on the equality of evaluated proposal factors, cost/price may be the controlling factor for award. Award will be made to the firm whose proposal provides the best value to the Government using these evaluation factors. The Government is using the negotiated source selection processes contained in FAR Part 15. Sealed bidding is inappropriate for this type of service acquisition. The procurement will result in an IDIQ contract with task orders issued on a Fixed Price Fixed Fee (FPFF) and Cost-Plus-Fixed Fee (CPFF) basis. Most task orders will be issued as term type tasks. Note that there maybe some completion type task orders.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=a3bb56d0a405b2cc576ea8a7fd6133dd&tab=core&_cview=1)
 
Place of Performance
Address: SPAWAR SYSTEMS CENTER- NEW ORLEANS NEW ORLEANS, LOUISIANA<br />
Zip Code: 70145<br />
 
Record
SN01704981-W 20081116/081114215909-a3bb56d0a405b2cc576ea8a7fd6133dd (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.