Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 19, 2009 FBO #2825
MODIFICATION

D -- Business, Operations, and Administration Support Services

Notice Date
8/17/2009
 
Notice Type
Modification/Amendment
 
NAICS
541513 — Computer Facilities Management 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
12/16/2009
 
Archive Date
1/15/2010
 
Point of Contact
Point of Contact - Caleb Pulver, Contract Specialist, 504-697-1304; Edward V Wallace, Contracting Officer, 504-697-5594<br />
 
E-Mail Address
Contract Specialist
(caleb.pulver@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
This notice supercedes the notice placed on the e-Commerce website in December2008 that describes Space and Naval Warfare Systems Center Atlantic (SPAWARSYSCENLANT) acquisition strategy for the the follow-on to contract N00039-04-D-2021. SPAWARYSCENLANT intends to award three single Indefinite Delivery/Indefinite Quantity (IDIQ) contracts: (1) Financial, Administrative and Logistics Support, (2) Help Desk Support, and (3) Shared Services/Network Security Support. The total value of these three acquisitions is estimated to be $160,000,000. The estimated value of each individual contract is as follows: (1)Financial, Admininstrative and Logistics Support - $10-15M (2)Help Desk Support - $60M (3)Shared Services/Network Security Support - $85M The following is a synopsis of the requirements. Draft SOWs will be provided shortly. Please provide any questions you may have no later than 1 October 2009. 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 other SPAWAR locations such as Millington, TN for customers supported by SPAWARSYSCENLANT-NOLA. The contract resulting from the Administrative, Logistics, and Finance procurement will cover business, administration functions such as: Strategic & Performance Management, Basic/Administrative Office Support, Quality Assurance, Logistics/Warehouse/Audio Visual, Financial Analysis, Process Management, Administration, Public Affairs, Manpower & Personnel Support, Training, The contract resulting from the Help Desk procurement will cover Help Desk functions such as the Customer Support Center and Telephony The contract resulting from the Shared Services Systems Admin and Network Security procurement will cover Configuration Management, Knowledge Management, Information Security and Administration, and Network Security functions. 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 office 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 manpower, personnel and pay systems of record and providing support for the following Program Executive Office-IT major programs: Navy Single Integrated Personnel System (ACAT I) and New Order Writing (AAP). SPAWARSYSCENLANT also provides help desk and shared services support to a number of Navy customers such as Commander Naval Installation Command, and the Navy Supply Information Systems Activity. In addition, the SPAWARSYSCENLANT-NOLA now provides support for other Government activities such as the Department of Defenses Business Transformation Office, the Department of Homeland Defense and the Department of Veteran Affairs. Description of Acquisition Strategy: Each of these procurements 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. Each IDIQ contracts resulting form these solicitation will a one-year base ordering period and four one-year options. The majority of task orders will be term task order and will be funded via annually appropriated funds; note that some task orders maybe completion type. The contracts will have provisions for the issuance of cost plus fixed fee task orders. The Government intends to have these contracts awarded by the Spring of 2010 in order for their to be a smooth transition from the incumbent contract when its order period expires on 30 September 2010. A source selection plan will be developed for each of the three procurements 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 four 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. Awards will be made for each procurement area 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.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/SPAWAR/SPAWARSYSCEN_Charleston/N65236-09-D-0000/listing.html)
 
Place of Performance
Address: SPAWAR SYSTEMS CENTER- NEW ORLEANS NEW ORLEANS, LOUISIANA<br />
Zip Code: 70145<br />
 
Record
SN01915213-W 20090819/090818002511-15715d6e5abdcde2bada26391a4d27b4 (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.