Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 13, 2009 FBO #2850
SOLICITATION NOTICE

D -- Initial Shared Services Engineering Analysis, System Integration and Application Migration

Notice Date
9/11/2009
 
Notice Type
Presolicitation
 
NAICS
541512 — Computer Systems Design Services
 
Contracting Office
P.O. Box 190022, North Charleston SC 29419-9022
 
ZIP Code
29419-9022
 
Solicitation Number
N65236-09-R-L003
 
Response Due
10/30/2009
 
Archive Date
11/29/2009
 
Point of Contact
Point of Contact - Tammy M DeMille, Contract Specialist, 504-697-1320; Edward V Wallace, Contracting Officer, 504-697-5594
 
E-Mail Address
Contract Specialist
(tammy.demille@navy.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Space and Naval Warfare Systems Center Atlantic (SPAWARSYSCENLANT)intends to award a single Indefinite Delivery/Indefinite Quantity (IDIQ) contract for services in support of an Initial Shared Services Engineering Analysis, Systems Integration and Application Migration for the SPAWARSYSCENTLANT, New Orleans Office Datacenter, the application hosting facility in Millington, TN, other SPAWAR sites and as needed at various customer developed sites throughout the United States. The total value of this acquisition is estimated to be $25,000,000. The following is a synopsis of the requirement. Attached to the announcement on SPAWAR E-Commerce's website is a draft Statement of work. Provide any questions or comments you may have no later than 1 October 2009. Description of Service: These services will be provided primarily on site at the SPAWARSYSCENLANT facility in New Orleans, Louisiana (SPAWARSYSCENLANT-NOLA); however this contract may be utilized to provide similar support services at other SPAWAR locations for customers supported by SPAWARSYSCENLANT, such as Millington, TN, Charleston, SC, San Diego, CA and other customer sites throughout the United States, as needed. Description of Work to be Performed: Support SPAWARSYSCENLANT-NOLA for the initial engineering and integration efforts required for new programs migrating to the NOLA datacenter and as needed elsewhere based on customer location and requirements. The contractor will support applications being considered for migration and continuity of operations (COOP) into the Shared Services Environment at the SPAWARSYSCENLANT NOLA Datacenter, the application hosting facility in Millington, TN, and as needed at Charleston, SC, San Diego, CA and other customer sites throughout the United States. 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 manpower, personnel and pay systems of record and providing support for the following Program Executive Office (EIS) 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 Navy Supply Information Systems Activity. In addition, the SPAWARSYSCENLANT-NOLA now provides support for other Government activities such as the Department of Defense Business Transformation Office, the Department of Homeland Defense and the Department of Veteran Affairs. Description of Acquisition Strategy: This competition is set aside 100% for small business firms in accordance with FAR 19.5. All responsible sources may submit a proposal. The North American Industry Classification code is 541512. To be considered a small business your firm must have an average of less than $25.0 million in annual receipts. The IDIQ contract resulting from this solicitation will be a one-year base ordering period and four one-year options. The task orders under this contract will be completion type funded by annually appropriated funds. The contract will have provisions for the issuance of cost plus fixed fee task orders. The Government intends to award this contract by the end of January 2010. A source selection plan will be developed for this procurement with an acquisition objective to select the small business offeror providing the overall best value to the Government. The anticipated 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, and a management plan, including a 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 company whose proposal provides the best value to the Government using the solicitation's evaluation factors. The Government is using the negotiated source selection processes contained in FAR Part 15. Sealed bidding is considered inappropriate for this type of service acquisition. The government anticipates posting the solicitation document on or about 28 September 2009. SPAWARSYSCENLANT-New Orleans will host an Industry Day 9 October 2009 at 1300 Central Standard Time (CST). The purpose will be to provide insight into the Initial Shared Services Engineering Analysis, Systems Integration and Application Migration requirements, as well as other future contracting opportunities at SPAWARSYSCENLANT-New Orleans. Industry Day will be held at the following location: SPAWAR SYSTEMS CENTER ATLANTIC- NEW ORLEANS 2251 Lakeshore Dr New Orleans, LA 70145 To ensure adequate seating, vendors interested should register by contacting LT Caleb Pulver (caleb.pulver@navy.mil) using the registration method provided below. Maximum conference space is 200 people. Please Note: There is a 4 person maximum per company, if more than 4 names are submitted, only the first 4 will be placed on the registration list. RSVPs to SPAWARSYSCENLANT-New Orleans industry day are required by 5 October 2009. If space is available, registration at the Industry Day on October 9th will also be accepted. SOLICITATION POINT OF CONTACT: Tammy DeMille, tammy.demille@navy.mil INDUSTRY DAY POINT OF CONTACT: Caleb Pulver, caleb.pulver@navy.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/SPAWAR/SPAWARSYSCEN_Charleston/N65236-09-R-L003/listing.html)
 
Place of Performance
Address: Various Various, Various
Zip Code: Various
 
Record
SN01950651-W 20090913/090912000705-e5ac18d3652e797895be32cfb977ac44 (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.