Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 26, 2010 FBO #3016
SOURCES SOUGHT

D -- ESAT - Arc Sight SME Support - RFI - ESAT - Arc Sight SME Serv.

Notice Date
2/24/2010
 
Notice Type
Sources Sought
 
NAICS
541512 — Computer Systems Design Services
 
Contracting Office
Department of the Treasury, Internal Revenue Service (IRS), National Office Procurement (OS:A:P), 6009 Oxon Hill Road, Suite 500, Oxon Hill, Maryland, 20745
 
ZIP Code
20745
 
Solicitation Number
Q0QS33SPP00000
 
Archive Date
3/25/2010
 
Point of Contact
Nicolete C Veno, Phone: 202-283-2867
 
E-Mail Address
nicolete.c.veno@irs.gov
(nicolete.c.veno@irs.gov)
 
Small Business Set-Aside
N/A
 
Description
ATTACHMENT 2 - Section 508 Accessbility Matrix ATTACHMENT 1 - "Draft" Statement of Work (SOW) SOURCES SOUGHT NOTICE - - REQUEST FOR INFORMATION ONLY (RFI) Enterprise Security Audit Trails (ESAT) Project Reference Number: Q0QS33SPP000 RESPONSE DATE: March 10, 2010 NAIC Code: 541512 The purpose of this Sources Sought Notice/Request for Information (RFI) is to conduct a market survey to identify potential sources regardless of organizational type and size classification and to determine potential sources capable of fulfilling a potential requirement that will allow the Government to make appropriate acquisition decisions. In preparation for a future procurement, the Department of Treasury, Internal Revenue Service (IRS), is performing this market research to aid in the development of its acquisition approach. This RFI is being conducted pursuant to Federal Acquisition Regulation (FAR) 15.201(e). This is not a Request for Proposal (RFP). No contract will be awarded from this announcement, and no reimbursement will be made for any costs associated with providing information in response to this announcement. This is a sources sought notice, for written information only to identify contractors who possess the capabilities to provide services as specified in this notice and the Draft Statement of Work (SOW). Please Note: Effective June 25, 2001, the Federal Government implemented Section 508 of the Rehabilitation Act of 1973, Amendments of 1998 (29 U.S.C. & 794(d)). Section 508 requires that the federal government only acquire electronic and information technology goods and services that provide for access by persons with disabilities. To this end, specifically, your written response needs to address whether or not a potential offeror/s product/service conforms to Section 508 Access Board Standards (Attachment 2) as they apply to the Department of Treasury, Internal Revenue Service (IRS) requirement for “Enterprise Security Audit Trails (ESAT) Project” as described herein. Section 508 requires that Federal agencies electronic and information technology is accessible to people with disabilities. The applicable Section 508 Standards are set forth in Attachment 1, entitled, “Draft Statement of Work (SOW)”. Each response must clearly address the Section 508 Standards and Provisions as denoted in the format provided in Attachment 2. Denoted as Attachment 1, is a “DRAFT” Statement of Work for an example of the type of services to be performed. The North American Industry Classification System (NAICS) code for this procurement is 541512 and the Size Standard is $25 million. Interested offerors shall submit tailored capability statements that must include the following: (1) Name of vendor; (2) Contact information (address, telephone, facsimile, e-mail, website address); (3) DUNS number, business size and classification; (4) Technical description of ability to meet the requirement; (5) Acknowledgement of your company’s registration in the Central Contractor Registration (CCR) database www.ccr.gov ; required under the NAICS code 541512. No contract will be awarded on the basis of responses received to this notice. After review of the responses to this sources sought synopsis, if the Government makes a determination to proceed with an acquisition, a solicitation announcement will be published in Federal Business Opportunities. Any questions regarding this notice must be submitted in writing via email to Nicolete.C.Veno@irs.gov on or before March 3, 2010, 4:00pm(EST). Questions submitted by a method other than electronic mail will not be accepted and will not be answered. We hope to eliminate duplicate questions by posting any and all questions to www.fbo.gov. The Government reserves the right to use any non-proprietary technical information in any resultant solicitation. However, if any questions contain proprietary information, such information must be clearly marked and identified. There is no bid package or solicitation at this time. In order to protect the procurement integrity of any future procurement, if any that may arise from this announcement, information regarding the technical point of contact will not be given and no appointments for presentations will be made. Additional information or updates will be posted at the www.fbo.gov website. It is the responsibility of interested parties to check this website regularly for any changes or updates. Based on the responses to this Sources Sought Notice/Market Research, this requirement may be “Set-Aside” for Small Businesses or procured through “Full and Open Competition” and multiple awards MAY be made. Telephone inquiries will not be accepted or acknowledged, and no feedback or evaluations will be provided to companies regarding their submissions. Capability Statement/Information Sought: Any organization responding to the “DRAFT” SOW and the questions denoted below must ensure its response is complete and sufficiently detailed. Please submit questions and comments as a Word Document as an attachment. The Government reserves the right to group relative questions together, consolidate answers to questions received, and refrain from answers to inquiries involving predecisional information. Interested sources shall provide tailored Capability Statements demonstrating a clear understanding of all tasks specified in the “Draft” Statement of Work (SOW) as well as the areas denoted below. Interested sources are to provide a maximum of 3 Projects describing the following: 1.Experience: Describe the government or commercial contracts/projects your firm has completed in the last 5 years showing your experience in the large scale design and implementation of ArcSight H/W and S/W components to collect system audit trails similar in size, scope, and complexity as indicated in this announcement with project cost in the range between $3M and $10M. For each of the contracts/projects submitted for experience, provide the title; location; whether prime or subcontractor work; contract or subcontract value; type of contract; contract completion date; customer point of contact including phone number; and a narrative description of the product/services provided by your firm. 2.Identify whether your firm is (1) large; (2) Small Business; (3) 8(a) firm; (4) HUBZone, (5) Small Disadvantaged Business; (6) Women-Owned Small Business (7) Veteran Owned Small Business, and/or a (8) Service Disabled Veteran Owned Small Business. For more information on the definition or requirements for these refer to http://www.sba.gov/. 3.How long has your company been performing this type of work? 4.Does your company provide the service or do you subcontract the work? 5.Does your company provide this service against a GSA Schedule and if so, what is the GSA number and date of expiration or on an Open Market basis? What are your commercial terms and conditions? Please feel free to provide a copy of your terms and conditions for this type of work. 6.The Government is anticipating a 12 month base period and four (4) twelve month option periods. Based on the aforementioned, please provide an estimated dollar amount for this type of work. Please note: No offerors will be held to this price, it is strictly for market research purposes. Information Submission Instructions: For further Section 508 Instructions see Attachment 2. Interested qualified potential offerors shall submit a tailored capability statement for this requirement not to exceed eight (8) single sided pages including, but not limited to, no more than ten (10) single sided pages 8 ½ by 11 (singled spaced, 12 point font), exclusive of the Completion of Attachment 2, Section 508 Standards and Provisions, demonstrating how they are capable of performing the tasks as set forth in the “Draft” SOW. Note: Please do not send generic hard copy Advertising or Promotional Materials as they will be discarded. Standard corporate brochures and paraphrasing of the “draft” SOW are not desired and will not be considered a sufficient response to this notice. Responses must be submitted in MS Word or Adobe Portable Document Format (PDF) and will be accepted immediately but are due no later than March 10, 2010, 2:00pm (EST) via email to Nicolete.C.Veno@irs.gov. The email subject line must specify “RFI -Sources Sought – ESAT”. No extensions will be granted. All information received that is marked “Proprietary” will be handled accordingly. Non-proprietary responses are encouraged, to the maximum extent possible. Please be advised that all submissions become Government property and will not be returned. Respondents are advised that the U.S. Government will not pay for any information or administrative cost incurred in response to this announcement. This synopsis is for information and planning purposes and is not to be construed as a commitment by the Government nor will the Government pay for information solicited.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/TREAS/IRS/NOPAP/Q0QS33SPP00000/listing.html)
 
Place of Performance
Address: New Carrollton, Maryland, 20706, United States
Zip Code: 20706
 
Record
SN02073268-W 20100226/100224234618-31eb0621dfb3a1683574fb661cabdbe2 (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.