Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 14, 2010 FBO #3063
MODIFICATION

D -- Net-Centric Integrated Enterprise Information Technology Solutions (NIEITS)

Notice Date
4/12/2010
 
Notice Type
Modification/Amendment
 
NAICS
541513 — Computer Facilities Management Services
 
Contracting Office
Other Defense Agencies, Washington Headquarters Services, WHS, Acquisition and Procurement Office, Acquisition and Procurement Office, Rosslyn Plaza North, Suite 12063, 1155 Defense Pentagon, Washington, District of Columbia, 20301-1155, United States
 
ZIP Code
20301-1155
 
Solicitation Number
HQ0034-10-R-0046
 
Point of Contact
Patricia A. Watson, Phone: 7036964099, Mary Beth Brown, Phone: 7035888183
 
E-Mail Address
patricia.watson@whs.mil, marybeth.brown@whs.mil
(patricia.watson@whs.mil, marybeth.brown@whs.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
SUBJ: SYNOPSIS NOTICE FOR HQ0034-10-R-0046; Net-Centric Integrated Enterprise Information Technology Solutions (NIEITS) The Department of Defense (DoD), Washington Headquarters Services (WHS), Acquisition and Procurement Office (A&PO) intends to solicit offers in response to request for proposal (RFP) HQ0034-10-R-0046 to procure information technology solutions to support the Office of the Secretary of Defense (OSD) and the Washington Headquarters Services (WHS). The overall objective is to combine several existing legacy support contracts under the umbrella of a indefinite delivery indefinite quantity multiple-award contract to obtain a full range of integrated enterprise net-centric solutions for information technology (IT) supplies and services, that provides all users with responsive and efficient access to common information and services on a daily basis, including timely disaster business recovery support. The specific objectives are to: (1) Achieve Net-Centricity; (2) Promote objectives of WHS/Director of Administration & Management (DA&M) Strategic Plan for 2007-2012; (3) Facilitate transformation of the DA&M Enterprise; (4) Satisfy OSD and Information Technology Management Directorate (ITMD) customer needs for secure long-term IT solutions; and (5) Capitalize on industry best practices and innovation to meet emerging/changing IT requirements. The contractors shall provide labor, hardware/software and other equipment and materials required to provide a wide range of net-centric integrated IT supplies and services for customers and organizations supported by the OSD and WHS at classifications levels up to Top Secret/Sensitive Compartmented Information. The contractor will provide support for current and evolving IT requirements in classified and unclassified environments, providing/maintaining connectivity, computing, system development, operations and maintenance, core IT services, information management and performance management services across all supported customers and domains in a user support environment that is dynamic and continually evolving. The primary place of on-site performance will be within the National Capital Region. Services may also be required throughout the United States and outside the continental United States. The tasks include (but are not limited to): (1) Customer Support; (2) Systems Operation, Administration, and Maintenance; (3) Applications Development and Maintenance; (4) Business Continuity; (5) Hardware and Software Acquisition; (6) Enterprise Architecture and Strategic Planning; (7) e-Business Systems Administration; (8) Software System Development Engineering; and (9) IT Training Services. Specific details of task assignments, deliverables, documentation, training, applicable government/department/industry standards, etc. will be specified at the task order level. An individual task order may relate to a single task area or involve functions from multiple task areas. The Government intends to award a minimum of two (2) awards, but reserves the right to make up to five (5) awards. The multiple-award contract will have a base period of two years with the possibility of three one-year options. The maximum dollar value/ceiling, including the base year and all options, for all task orders combined will not exceed $495 million. The only work authorized under this contract is work ordered by the Government through issuance of a task order. The Government makes no representation as to the number of task orders or actual amount of work to be ordered; however, during the base term of each award, a minimum of $25,000 is guaranteed to be ordered from each awardee under the base performance period of the contract. Contractors are not guaranteed work in excess of the minimum guarantee. There are no additional minimum guarantees obligated for each option year. All awards resulting from this solicitation will be total small business set-asides under the primary North American Industry Classification System (NAICS) code 541513 with a size standard of $25.0 million. The Government will consider a proposal to be eligible for award only if, by the solicitation closing date/time, the offeror/proposal satisfies all of the following elements, which will be evaluated on a pass/fail basis: (1) The offeror submits all required information specified in the solicitation (2) The offeror unconditionally accepts the terms and conditions of the solicitation (3) All members of the offeror’s team (prime, subcontractors, joint venture partners, etc) that are proposed to perform Top Secret (TS) type tasks have an active TS facilities clearance The Government intends to award the first task order for operations services in support of OSD concurrently with the multiple-award contract, with services to commence as early as 01 September 2010. The Government intends to hold a pre-solicitation conference on 27 APR 2010 from 10:00 AM to 12:30 PM at Rosslyn Plaza North (14th Floor, Conference Room #3) 1777 Kent St. Arlington, VA 22209. All attendees are required to meet in the lobby no later than 9:45 AM. The objective of the conference is to answer industry questions and to emphasize/convey pertinent information to industry after reviewing the final RFP. Potential offerors are strongly encouraged to participate in the pre-solicitation conference. Due to space limitations, a maximum of two (2) representatives from each company may attend, and the Government reserves the right to limit attendance/participation to small business concerns. Please contact Patricia Watson or Mary Beth Brown (contact information below) by 2:00 PM on 23 APR 2010 in order to register and attend. Travel, lodging, and expenses are the responsibility of the Industry Representatives and will not be paid by the Government. The building is located near the Rosslyn Metro, and there is public parking (for a fee) in close proximity, as well. The Government is utilizing the procedures in FAR 15.3 “Source Selection” under competitive negotiated proceedings to select the proposals that represent the best value to the Government. The trade-off process inherent in best value source selection allows the government to consider award to other than the lowest priced offeror or other than the highest technically rated offeror, per FAR 15.101. Consequently, all evaluation factors and significant sub-factors that may affect the contract award and their relative importance will be clearly stated in the solicitation. The Government does not intend to hold discussions; however, the Government reserves the right to hold discussions if later determined to be necessary by the Contracting Officer. If the Contracting Officer determines that the number of proposals that would otherwise be in the competitive range exceeds the number at which an efficient competition can be conducted, the Contracting Officer may limit the number of proposals in the competitive range to the greatest number that will permit an efficient competition among the most highly rated proposals. Therefore, the offeror's initial proposal should contain the offeror's best terms from a price and technical standpoint. The Government reserves the right to reject any and all proposals and award to other than the lowest priced offerors. Offerors are required to register in the Central Contractor Registration (CCR) database at http://www.ccr.gov. Offerors must have an active registration in CCR prior to completing their Representations and Certifications (Section K) in the Online Representations and Certifications Application (ORCA). ORCA is an on-line system that is located on the Internet by going to http://www.bpn.gov. The information being requested does not constitute a commitment on the part of the Government to award a contract, nor to pay for any costs incurred as a result in replying to this notice. This notice should not be construed as a commitment by the Government for any purpose. The entire solicitation will be made available only on the Government Point of Entry (GPE) Website at http://www.fedbizopps.gov. Paper copies will not be available. Once the solicitation is posted, it is incumbent upon the interested parties to review this site frequently for any updates/amendments to this solicitation. The Government intends to issue the solicitation in early May 2010 and award by 15 AUG 2010. Please address any questions to Patricia Watson or Mary Beth Brown. Additional Point of Contact: David Price, WHS A&PO Contracting Officer Phone 703-696-3970 / Email: david.price@whs.mil For small business concerns, please contact: Sherry Freeman, Director, Small Business Programs Phone 703-696-3964 / Email: sherry.freeman@whs.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/ODA/WHS/REF/HQ0034-10-R-0046/listing.html)
 
Place of Performance
Address: 1155 Defense Pentagon, Washington, District of Columbia, 20301, United States
Zip Code: 20301
 
Record
SN02118858-W 20100414/100412234412-88ae64fe4c14b2fbd23cfb0544a3affe (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.