Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 05, 2010 FBO #3176
SOLICITATION NOTICE

R -- IT Support Services - Bureau of Diplomatic Security, Chief Technology Officer (DS/CTO)

Notice Date
8/3/2010
 
Notice Type
Presolicitation
 
NAICS
541513 — Computer Facilities Management Services
 
Contracting Office
U.S. Department of State, Office of Logistics Management, Acquisition Management, P.O. Box 9115, Rosslyn Station, Arlington, Virginia, 22219
 
ZIP Code
22219
 
Solicitation Number
SAQMMA10R0259
 
Archive Date
8/31/2010
 
Point of Contact
David R. Marr, Phone: 7038756056, Vincent Y. Chaverini,
 
E-Mail Address
marrdr@state.gov, chaverinivj@state.gov
(marrdr@state.gov, chaverinivj@state.gov)
 
Small Business Set-Aside
Competitive 8(a)
 
Description
THIS NOTICE IS PROVIDED FOR PLANNING AND INFORMATION PURPOSES ONLY. WORK WILL BE PERFORMED DOMESTICALLY AND OVERSEAS. The Department of State, Bureau of Diplomatic Security, Chief Technology Officer (CTO), has a requirement for a contract to provide Information Technology (IT) support services. This contract will replace one similar State Department contract currently held by Catapult Technology, Inc. that expires on/about February 21, 2011. The objectives of this acquisition directly support the mission and goals of the DS/CTO. Offerors will be requested to develop a solution to satisfy the following DS/CTO objectives: • Allow for future growth and implementation of new technology as it becomes available. • Allow for future conversion of selected DS enterprise sub-systems to a High Availability Environment. • Provide a reliable, survivable and secure network. • Provide integrated, transparent network maintenance. • Provide professional and respnosive IT support to end-users within DS. • Provide responsive IT management and maintenance of the DS enterprise. Specific contract operational requirements, divided into the categories of project management for Operations Branch, Systems Integration Branch, Financial Management Branch and Security Operations Branch will be provided in the solicitation and will need to be addressed in proposal submissions. This pre-solicitation notice is not a Request for Proposal (RFP), but merely informational, as a solicitation for this procurement will be posted on or about September 1, 2010. The proposed solicitation number will be SAQMMA10R0259. THIS ACQUISITION WILL BE CONDUCTED AS A 100% 8(a) SMALL BUSINESS SET-ASIDE COMPETITIVE PROCUREMENT USING FEDERAL ACQUISITION REGULATION (FAR) PART 15 PROCEDURES. Offers from other than 8(a) Qualified Small Businesses will not be considered. The NAICS code for this requirement is 541613 with a size standard of $25.0 million. The solicitation will be evaluated in accordance with the criteria described in the solicitation. The Government contemplates awarding one (1) contract to the responsive and responsible offeror whose offer conforms to the requirements of the Request for Proposal (RFP) and is evaluated as being the most advantageous to the Government, cost or price and other factors considered. Award will be made based upon the best value to the Government. The estimated value of the IT Support Services Contract is $75M. The period of performance is anticipated to be sixty (60) months and will include a base period and 4 option years. A Department of Defense (DoD) Top Secret facility security clearance (FCL) issued in accordance with the National Industrial Security Program Operating Manual (NISPOM), DoD 5220.22-M is required prior to contract award for the IT Support Services contractor. Contractor personnel shall possess a Secret or Top Secret level clearance. Central Contractor Registration (CCR) is required to receive any award. All contractors are required to be registered in the Central Contractor Registration (CCR) database. If your company is not registered in the CCR, you may register electronically at http://www.ccr.gov. Online Representations and Certifications Application (ORCA) is also required and Contractors can register at https://orca.bpn.gov. Potential bidders MUST register at FedBizOpps (www.fbo.gov) in order to receive notifications and/or changes to the solicitation. Potential bidders are responsible for monitoring this site for the release of the solicitation package and any other pertinent information. All questions concerning this competition must be directed in writing via email to marrdr@state.gov. No questions or inquiries regarding this pre-solicitation will be accepted by telephone or fax. Potential bidders are encouraged to hold their questions until they have reviewed the forthcoming solicitation. The distribution of the resulting solicitation will be accomplished solely through the FedBizOpps website http://www.fbo.gov/. Hard copies of the solicitation documents will not be available. Therefore, no written, telephone or facsimile requests for the documents will be accepted. The FedBizOpps site will provide downloading instructions. All future information about this acquisition, including the solicitation and its amendments, will be distributed solely through the FedBizOpps website. Interested parties are responsible for monitoring the FedBizOpps website to assure they have the most up-to-date information about this acquisition.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/State/A-LM-AQM/A-LM-AQM/SAQMMA10R0259/listing.html)
 
Place of Performance
Address: 1801 North Lynn Street, Arlington, Virginia, 22209, United States
Zip Code: 22209
 
Record
SN02227081-W 20100805/100803235554-f54986d64f3b58c15cf1057ce25f60d9 (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.