Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 16, 2009 FBO #2789
SOLICITATION NOTICE

D -- 8(a) STARS II

Notice Date
7/14/2009
 
Notice Type
Presolicitation
 
NAICS
541512 — Computer Systems Design Services
 
Contracting Office
General Services Administration, Federal Acquisition Service (FAS), Small Business GWAC Center (QTACC), 1500 E. Bannister Road RM 1076, Kansas City, Missouri, 64131, United States
 
ZIP Code
64131
 
Solicitation Number
QTA609MCA0010
 
Point of Contact
Misty J. Claypole, , Matt T Verhulst,
 
E-Mail Address
s2@gsa.gov, s2@gsa.gov
(s2@gsa.gov, s2@gsa.gov)
 
Small Business Set-Aside
8a Competitive
 
Description
This is the presolicitation notice for the 8(a) STARS II Governmentwide Acquisition Contract (GWAC). The actual solicitation will be posted here in approximately two weeks. 8(a) STARS II Request for Proposals The General Services Administration (GSA), Federal Acquisition Service (FAS), Integrated Technology Services (ITS), Small Business (SB) Governmentwide Acquisition Contract (GWAC) Center (the “Center”) is pleased to announce the request for proposals (RFP) for the 8(a) Streamlined Technology Acquisition Resources for Services (STARS) II GWAC. “8(a) STARS II”, a/k/a “STARS II.” By law, a GWAC is an information technology (IT) contract and STARS II concentrates on IT services and IT services-based solutions. The STARS II GWAC is expected to build upon the achievements of its predecessor, 8(a) STARS (www.gsa.gov/8astars), and will incorporate best practices and lessons learned from the synergistic partnership with stakeholders. **NOTE: All copies/references to the 8(a) STARS II DRAFT RFP, posted under Special Notice 2009MJC00002, should be disregarded. The official RFP will only be available on FedBizOpps, a/k/a “FBO” (www.fbo.gov), approximately two weeks following this presolicitation notice. The RFP is set-aside exclusively for qualifying certified 8(a) small business concerns as the prime contractors per Federal Acquisition Regulation (FAR) 19.8, and the Small Business Administration’s (SBA) rules for the 8(a) Business Development Program (www.sba.gov). The Center encourages interested parties to be familiar with the SBA 8(a) program’s regulatory framework. Questions regarding the 8(a) program should be directed to the SBA. STARS II will promote the use of performance-based contracting and will accommodate task orders with the following terms: fixed-price (FP) (all in FAR 16.2), time-and-materials (T&M) (per FAR 16.6), and labor-hour (LH) (per FAR 16.6). 8(a) STARS II will also allow requiring activities to choose among the incentive features found in FAR 16.4 that are tied to FP, T&M and LH terms. The contract term includes a five-year base period with one five-year option. There are no projects assigned for STARS II. It is being established as an option for agencies to embrace in meeting their 8(a) and small business procurement preference goals. Agencies will make their own decisions on the benefits of using this GWAC for IT requirements. Warranted Contracting Officers wanting to use STARS II directly may do so. They are first required to complete delegation of procurement authority (DPA) training to effectively use the vehicle, whereupon they will be eligible for a DPA. The STARS II scope consists of two constellations/levels, each comprised of four independent Functional Areas (FAs). The levels are differentiated by certain qualification requirements identified in the RFP. Although the single North American Industry Classification Systems (NAICS) code most closely tied to the entire GWAC is 541512, each FA is assigned its own NAICS code (see the RFP) having an associated size standard. The STARS II contract ceiling value is $10 billion (all references to dollars or “$” are in U.S. currency), to be drawn down commensurate with the value of orders placed, with no fixed allocation to either constellation or FA or to any individual contract. The Center has established a STARS II website (www.gsa.gov/8astars2) that has some collateral material regarding STARS II on it, but only FBO will host the official solicitation. There will be no other source of official information about the 8(a) STARS II solicitation beyond that in the written RFP posted on FBO. FBO has an interested parties notification feature and affords businesses the opportunity to be listed as interested in STARS II. Please note that the Center is not responsible for those features, and does not guarantee them. They are available “as is.” Interested parties are instructed to personally and directly refer to FBO frequently to stay up to date and not to rely upon courtesy notification services. The Center prefers all STARS II inquires be directed to the STARS II email address (s2@gsa.gov), having established a response team to address inquires sent there. Inquiries directed elsewhere regarding STARS II may go unanswered. Using the STARS II email address (s2@gsa.gov) as the point of contact will provide continuity and consistency for everyone. DUE TO THE HIGH VOLUME OF INQUIRIES EXPECTED, TELEPHONE INQUIRIES WILL NOT BE ACCEPTED. Please read and reread the RFP before asking questions as it is designed to be clear and complete. Thank you for your interest in 8(a) STARS II.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/4b0e159f6e6276ef2507a1cfe7cd238b)
 
Place of Performance
Address: Worldwide, United States
 
Record
SN01874571-W 20090716/090714235907-4b0e159f6e6276ef2507a1cfe7cd238b (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.