Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 11, 2010 FBO #3151
MODIFICATION

R -- Shared Services/Network Security Support for SPAWARSYSCENLANT-NOLA

Notice Date
7/9/2010
 
Notice Type
Modification/Amendment
 
NAICS
541513 — Computer Facilities Management Services
 
Contracting Office
P.O. Box 190022, North Charleston SC 29419-9022
 
ZIP Code
29419-9022
 
Solicitation Number
N65236-09-R-L006
 
Response Due
4/22/2010
 
Archive Date
5/22/2010
 
Point of Contact
Point of Contact - Caleb Pulver, Contract Specialist, 504-697-1304; Edward V Wallace, Contracting Officer, 504-697-5594
 
E-Mail Address
Contract Specialist
(caleb.pulver@navy.mil)
 
Small Business Set-Aside
Competitive 8(a)
 
Description
SPAWARYSCENLANT intends to award a single Indefinite Delivery/IndefiniteQuantity (IDIQ) contract for services in support of Shared Services/Network Security Support. The total value of this acquisition is estimated to be $85,000,000. The following is a synopsis of the requirement. Attached to the announcement on SPAWAR's E-Commerce website is a draft Statements of work. Please provide any questions 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 support services at other SPAWAR locations such as Millington, TN for customers supported by SPAWARSYSCENLANT-NOLA. The contract resulting from the Shared Services Systems Admin and Network Security solicitation will cover Computer Operations support, Systems Administration support, Information Security and Administration, and Network Security functions. 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-IT programs: Navy Single Integrated Personnel System (ACAT I), 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, Navy Supply Information Systems Activity. In addition, the SPAWARSYSCENLANT-NOLA now provides support for other Government activities such as the Department of Defenses Business Transformation Office, the Department of Homeland Defense and the Department of Veteran Affairs. Description of Acquisition Strategy: This competition will set-aside for certified 8(a) firms in accordance with FAR 19.8. The IDIQ contract resulting form these solicitation will a one-year base ordering period and four one-year options. The majority of task orders will be term task order and will be funded via annually appropriated funds; note that some task orders maybe completion type. The contract will have provisions for the issuance of cost plus fixed fee task orders. The Government intends to have this contract awarded by the Spring of 2010 in order for their to be a smooth transition from the incumbent contract when its order period expires on 30 September 2010. A source selection plan will be developed for this procurement with an acquisition objective to select the 8(a) 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, management plan, including 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 firm whose proposal provides the best value to the Government using these evaluation factors. The Government is using the negotiated source selection processes contained in FAR Part 15. Sealed bidding is inappropriate for this type of service acquisition. SPAWARSYSCENLANT-New Orleans will host an Industry Day 9 October 2009 at 0800 Central Standard Time(CST). The purpose will be to provide insight into the Shared Services/Network Security operations as well as other future opportunities at SPAWARSYSCENLANT-New Orleans. Space and Naval Warfare Systems Center Atlantic New Orleans Office 2251 Lakeshore Dr. New Orleans, LA 70145 The specific conference room is 4-1. Security guards at the gate will provide visitors badges to those who have pre-registered. Parking will be set aside in front of Building 4 for participants. For travel planning we expect the Industry day will last approximately 4 hours. To ensure adequate seating, vendors interested should register by contacting Caleb Pulver(caleb.pulver@navy.mil) using the following registration method below. Maximum conference space is 200 people. Please Note: There is a 5 person maximum per company, if more than 5 names are submitted, only the first 5 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.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/SPAWAR/SPAWARSYSCEN_Charleston/N65236-09-R-L006/listing.html)
 
Place of Performance
Address: 2251 Lakeshore Dr New Orleans, LA
Zip Code: 70145
 
Record
SN02200841-W 20100711/100709234932-a306c0b14d7c84df6739dfdab9d5de62 (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.