Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 05, 2010 FBO #3084
SOLICITATION NOTICE

70 -- Helpdesk/IT Support

Notice Date
5/3/2010
 
Notice Type
Presolicitation
 
NAICS
541513 — Computer Facilities Management Services
 
Contracting Office
Social Security Administration, Office of Budget, Finance, and Management, Office of Acquisition and Grants, 1st Floor, Rear Entrance, 7111 Security Blvd., Baltimore, Maryland, 21244
 
ZIP Code
21244
 
Solicitation Number
SSA-DITSS-Helpdesk
 
Archive Date
5/25/2010
 
Point of Contact
Ida M. Ryan, Phone: 4109653369
 
E-Mail Address
ida.ryan@ssa.gov
(ida.ryan@ssa.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
The Social Security Administration (SSA) is publishing a combined Pre-Solicitation and Sources Sought Synopsis notifying interested parties of its intent to release an RFP for Helpdesk/IT Support services. The proposed requirement has four principle services. Service Areas 1, 2, and 3 are daily ongoing services that will have a fixed monthly price. Service Area 4 contains a variety of support services and a number of labor categories which will have fixed hourly rates. SSA will issue Task Orders when those services are required. The proposed contract will be for a period of one year, plus 6 one year option periods. Service Area 1 requires the Contractor to operate and maintain the SSA Technology Assistance Center (STAC) and the ESEF Help Desk, two computer help desk facilities located at the SSA headquarters campus in Woodlawn, Maryland. The STAC will provide approximately 63,000 SSA employees located at the Woodlawn, Maryland campus and various sites throughout the country with on-the-spot IT support in the use of SSA-accepted desktop and notebook software, including, but not limited to the Microsoft Office Suite, specialized graphical software, laptop encryption software and VPN. The Enterprise Software Engineering Facility (ESEF) will provide technical support to SSA's users dedicated to developing, testing, validating and maintaining SSA's programmatic and administrative application software systems. Systems include mainframe processors, web (Internet/Intranet) platforms, SharePoint, electronic mail, servers, workstations and mobile computing configurations down to the desktop, and transaction processing software configurations (e.g. CICS). Service Area 2 requires to Contractor to provide technical assistance, problem resolution and troubleshooting support to the Office of the Commissioner (OC) Senior Executives and support personnel located at SSA headquarters in Baltimore, Maryland and to the OC and Executive level staffs in various offices in Washington, DC, the Office of the Chief Information Officer (OCIO) staff located in Baltimore, MD and Washington, DC; the Office of the Deputy Commissioner for Systems (ODCS) front office staff, and the Office of the Deputy Commissioner for Disability and Adjudicative Review (ODAR) front office staff in Baltimore. This unique user community consists of Senior Executives and associated personnel who must respond accurately and promptly to requests for information made by the Federal Executive and Legislative Branches of Government. The contractor provides "one-on-one" desktop office software assistance and network administration support to this user group. Service Area 3 requires the contractor to provide quality web-based support to all web developers and designers at SSA during normal business hours. Examples of the web technologies and software include SQL, Oracle, ColdFusion, Microsoft Visual Studio, Adobe Creative Suite Web Premium, Microsoft Access, Microsoft Sharepoint, ASP, HTML, JavaScript, and CGI scripts, and others. Contractor personnel will communicate orally and in writing to resolve technical problems in an accurate, courteous and expeditious manner. In addition the contractor is required to maintain a website providing a knowledge-base of web programming information and solutions. All support services will be provided from the SSA Headquarters in Baltimore, Maryland. Service Area 4 may require the contractor to perform a variety of support services through the issuance of Task Orders based upon the fixed price labor hour rates included in any resultant contract. Task Orders may involve agency innovations, transparency, open government initiatives, research, development, implementation, help desk support relating to information collection, information dissemination, data administration, records management, forms management, information and computer security, requirements analysis and design, development and implementation of complex and diverse architectures, operating systems, applications and infrastructures. The purpose of the sources sought portion of this announcement is to identify qualified small business concerns for determining whether to set aside the acquisition for HUBZone concerns, 8(a) concerns, Service-Disabled Veteran-Owned Small Business concerns (SDVOSB) or for Small Business concerns. The North American Industry Classification System (NAICS) Code is 541513 ( Facilities (i.e., clients' facilities) support services, computer systems or data processing) $25 million a year. Small business concerns responding to this sources sought notice must: 1. I ndicate your company's applicable small business status category based on the size standard above. •2. 2. Provide a capability statement inclusive of experience in the form of an outline of previous projects for specific relevant work completed to currently being performed of equivalent magnitude including contract number, description of work inclusive of Helpdesk/IT support, points of contact with phone numbers and email addresses; and any other pertinent information that would enable the government to assess your company's capabilities. •3. 3. Capability statement responses should be limited to ten (10) pages. •4. 4. The capability statements must be submitted to ida.ryan@ssa.gov not later than 2:00 p.m. eastern time, May 10, 2010. This requirement is a 100% small business set-aside however the government reserves the right to withdraw this small business set-a-side in the event capabilities presented are not sufficient to meet the needs of this requirement. SSA intends on conducting this commercial service acquisition utilizing FAR Part 12. All vendors are required to be registered in the Central Contractor Registration database or their proposal will not be considered for award. Contractors can obtain further information on the Central Contractor Registration database at web site http://www.ccr.gov/. The solicitation will only be available for viewing and downloading at http://www.fedbizopps.gov/. No paper copies or CD-ROMs will be issued. Expected posting of the solicitation will be on or about May 17, 2010. Vendors are responsible for monitoring this site for the release of the solicitation and any amendments. Please note, THIS IS NOT A REQUEST FOR PROPOSAL (RFP). If additional information is required before the release of the RFP, please contact Ida Ryan at ida.ryan@ssa.gov. No phone calls will be accepted. The government does not intend to pay for any information submitted.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/SSA/DCFIAM/OAG/SSA-DITSS-Helpdesk/listing.html)
 
Place of Performance
Address: Multiple Locations - See description, United States
 
Record
SN02138533-W 20100505/100503234615-5390f79e1d935154d70fed9a3739131d (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.