Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 10, 2010 FBO #3212
SOLICITATION NOTICE

D -- IT Subscription/Resource and Tool Repository

Notice Date
9/8/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541519 — Other Computer Related Services
 
Contracting Office
Office of the Chief Procurement Officer, Washington, District of Columbia, 20528, United States
 
ZIP Code
20528
 
Solicitation Number
HSHQVT-10-Q-00023
 
Archive Date
9/29/2010
 
Point of Contact
John Ziu, Phone: 2024475556, Michael Lipperini, Phone: 202-447-5631
 
E-Mail Address
john.ziu@dhs.gov, michael.lipperini@dhs.gov
(john.ziu@dhs.gov, michael.lipperini@dhs.gov)
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. (ii) Reference solicitation/request for quotation HSHQVT-10-Q-00023. (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-43. (iv) This is an unrestricted requirement and is not set aside for small business. NAICS code 541519. (v) A list of contract line item number(s) and items, quantities and units of measure, (including option(s), is as follows): Base Year: 1. Chief Information Executive Council/Board Membership - 1 each; 2. Applications Executive Council/Board Membership - 1 each; 3. Infrastructure Executive Council/Board Membership - 1 each; 4. Information Risk Executive Council/Board Membership - 1 each; 5. Enterprise Architecture Executive Council/Board Membership - 1 each; 6. Program Management Office (PMO) Executive Council/Board Membership - 1 each; 7. IT Performance Benchmarking/Surveys in the areas of Help Desk, Storage, Desktop, Network, Messaging, Hosting, and Baseline - 7 each. Option Year 1: 8. Chief Information Executive Council/Board Membership - 1 each; 9. Applications Executive Council/Board Membership - 1 each; 10. Infrastructure Executive Council/Board Membership - 1 each; 11. Information Risk Executive Council/Board Membership - 1 each; 12. Enterprise Architecture Executive Council/Board Membership - 1 each; 13. Program Management Office (PMO) Executive Council/Board Membership - 1 each; 14. IT Performance Benchmarking/Surveys in the areas of Help Desk, Storage, Desktop, Network, Messaging, Hosting, and Baseline - 7 each. Option Year 2: 15. Chief Information Executive Council/Board Membership - 1 each; 16. Applications Executive Council/Board Membership - 1 each; 17. Infrastructure Executive Council/Board Membership - 1 each; 18. Information Risk Executive Council/Board Membership - 1 each; 19. Enterprise Architecture Executive Council/Board Membership - 1 each; 20. Program Management Office (PMO) Executive Council/Board Membership - 1 each; 21. IT Performance Benchmarking/Surveys in the areas of Help Desk, Storage, Desktop, Network, Messaging, Hosting, and Baseline - 7 each. (vi) Description of requirements for the items to be acquired. The Office of the US-VISIT Chief Technology Officer (CTO) seeks to maximize technology and systems functionality to achieve the strategic goals put forth by DHS and the US-VISIT Program and to insure these objectives are met in a cost effective and efficient manner. In order for the Information Technology Management (ITM) Division to implement the various strategies and tactics necessary to achieve this goal, the CTO must have immediate access to targeted research and best practices within, as well as outside, of government. The above CLINs are intended to provide US-VISIT with a repository of resources and tools, including on-line surveys and tools for benchmarking US-VISIT. (vii) Date(s) and place(s) of delivery and acceptance and FOB point. The anticipated period of performance is as follows: Base Year - September 15, 2010 to September 14, 2011; Option Year 1 - September 15, 2011 to September 14, 2012; Option Year 2 - September 15, 2012 to September 14, 2013. (viii) The provision at FAR 52.212-1, Instructions to Offerors -- Commercial, applies to this acquisition. (ix) The provision at FAR 52.212-2, Evaluation -- Commercial Items, applies and award will be based upon best value. Evaluation criteria are as follows: technical capability of the item offered to meet the Government requirement; past performance; and price. Technical and past performance, when combined, are significantly more important than price. Technical and past performance information shall not exceed 5 pages total. There is no limit on pricing information. (x) Offers shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items, with its offer, or confirm in writing with its offer the completion and availability of such at https://orca.bpn.gov/ (ORCA). (xi) The clause at 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition; addenda are not attached. (xii) A statement that the clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items, applies to this acquisition; no additional FAR clauses cited in the clause are applicable to the acquisition. (xiii) There are no additional contract requirement(s) or terms and conditions (such as contract financing arrangements or warranty requirements) determined by the contracting officer to be necessary for this acquisition and consistent with customary commercial practices. (xiv) This action is not DPAS rated. (xv) Quotes shall be submitted electronically to john.ziu@dhs.gov not later than 12:00 p.m. on Tuesday, September 14, 2010. (xvi) Point of contact is John Ziu, john.ziu@dhs.gov, (202) 447-5556.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/OCPO/DHS-OCPO/HSHQVT-10-Q-00023/listing.html)
 
Place of Performance
Address: Contract via internet., United States
 
Record
SN02272780-W 20100910/100908235509-ffb6ab4bd9549b12c50f8e47941155ca (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.