Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 30, 2009 FBO #2958
SOLICITATION NOTICE

D -- Mission Assurance and NetOps Support Services

Notice Date
12/28/2009
 
Notice Type
Presolicitation
 
NAICS
541519 — Other Computer Related Services
 
Contracting Office
Defense Information Systems Agency, Procurement Directorate, DITCO-Scott, 2300 East Dr., Building 3600, Scott AFB, Illinois, 62225-5406, United States
 
ZIP Code
62225-5406
 
Solicitation Number
HC1028-10-R-2020
 
Archive Date
1/12/2010
 
Point of Contact
Tricia L. Singler, Phone: 618-229-9378, Anne K Keller, Phone: 618-229-9504
 
E-Mail Address
tricia.singler@disa.mil, anne.keller@disa.mil
(tricia.singler@disa.mil, anne.keller@disa.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
The Defense Information Technology Contracting Organization (DITCO) Scott AFB IL will procure technical support to the DISA PEO-MA/IA5 portfolio of programs specified on the performance work statement. Contractor's and/or the Government's facilities (primary: DISA Skyline 7, 5275 Leesburg Pike, Falls Church, VA 22041-3803) and may include multiple sites which will be determined prior to engaging FTE support. The majority of this work shall be performed at the contractor's facility. As part of the BRAC transition in FY10/FY11, DISA may require some if not all contractor personnel to report to the Fort Meade, Maryland facility. Services include providing: Engineering and architecture support to perform functional, tactical, integration and end-to-end system testing of security systems and solutions; Baseline control support to perform certification and accreditation testing, configuration management, and release management to ensure the systems and solutions are validated prior to DoD use and distribution; Baseline control is focused on performing security testing of the solutions in order to meet DoD security requirements and support the C&A process; User services support to ensure that the operators of the systems and solutions within the DoD are provided with effective knowledge management, training and other outreach efforts; and Operations support to ensure that normalized processes, documented procedure and ongoing awareness of all issues related to concept of operations, situational awareness and deployment and implementation support of the systems and solutions. In accordance with Federal Acquisition Regulation (FAR) Part 6.203, the Government intends for this acquisition to be offered for competition limited to Small Business Concerns. This procurement will be 100% set-aside for Small Business Concerns. The period of performance will be one year from contract award with four (4) one-year options. The National American Industrial Classification Standard (NAICS) code for this procurement is 541519. The solicitation and all related documents will be posted at this site. Instructions for submitting questions and proposals will be given at the time the solicitation is released. The resulting award will be Best Value Trade-Off, with non-cost factors being significantly more important than cost. If at anytime the Government determines that the requested services are no longer required, the Government reserves the right to not make an award. The Government also reserves the right to award without discussions. The release of the RFP is anticipated on or about 12 January 2010. Proposals will be due after Request for Proposal (RFP) release date. All responses from responsible Small Business Concerns will be considered for evaluation and award of the contract. Oral communications are not acceptable. All inquiries regarding this requirement shall be submitted electronically and directed to Tricia Singler, Contracting Specialist, at Tricia.Singler@disa.mil. Set-aside Status: Small Business Concerns.The Defense Information Technology Contracting Organization (DITCO) Scott AFB IL will procure technical support to the DISA PEO-MA/IA5 portfolio of programs specified on the performance work statement. Contractor's and/or the Government's facilities (primary: DISA Skyline 7, 5275 Leesburg Pike, Falls Church, VA 22041-3803) and may include multiple sites which will be determined prior to engaging FTE support. The majority of this work shall be performed at the contractor's facility. As part of the BRAC transition in FY10/FY11, DISA may require some if not all contractor personnel to report to the Fort Meade, Maryland facility. Services include providing: Engineering and architecture support to perform functional, tactical, integration and end-to-end system testing of security systems and solutions; Baseline control support to perform certification and accreditation testing, configuration management, and release management to ensure the systems and solutions are validated prior to DoD use and distribution; Baseline control is focused on performing security testing of the solutions in order to meet DoD security requirements and support the C&A process; User services support to ensure that the operators of the systems and solutions within the DoD are provided with effective knowledge management, training and other outreach efforts; and Operations support to ensure that normalized processes, documented procedure and ongoing awareness of all issues related to concept of operations, situational awareness and deployment and implementation support of the systems and solutions. In accordance with Federal Acquisition Regulation (FAR) Part 6.203, the Government intends for this acquisition to be offered for competition limited to Small Business Concerns. This procurement will be 100% set-aside for Small Business Concerns. The period of performance will be one year from contract award with four (4) one-year options. The National American Industrial Classification Standard (NAICS) code for this procurement is 541519. The solicitation and all related documents will be posted at this site. Instructions for submitting questions and proposals will be given at the time the solicitation is released. The resulting award will be Best Value Trade-Off, with non-cost factors being significantly more important than cost. If at anytime the Government determines that the requested services are no longer required, the Government reserves the right to not make an award. The Government also reserves the right to award without discussions. Proposals will be due after Request for Proposal (RFP) release date. All responses from responsible Small Business Concerns will be considered for evaluation and award of the contract. Oral communications are not acceptable. All inquiries regarding this requirement shall be submitted electronically and directed to Tricia Singler, Contracting Specialist, at Tricia.Singler@disa.mil. Set-aside Status: Small Business Concerns.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DISA/D4AD/DITCO/HC1028-10-R-2020/listing.html)
 
Place of Performance
Address: Contractor’s facilities. Access to government laboratory facilities and access and use of government laboratory equipment may be required (DISA Skyline 7, 5275 Leesburg Pike, Falls Church, VA 22041-3803)., United States
 
Record
SN02031910-W 20091230/091228234055-ac9a5c2921b23182a5631d8a67f07e74 (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.