Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 27, 2011 FBO #3382
MODIFICATION

D -- Maintenance, Operation, and Modernization Support of U.S. Nuclear Regulatory Commission Application Systems and Environment

Notice Date
2/25/2011
 
Notice Type
Modification/Amendment
 
NAICS
541519 — Other Computer Related Services
 
Contracting Office
Nuclear Regulatory Commission, Office of Administration, Division of Contracts, 12300 Twinbrook Parkway, Rockville, Maryland, 20852-2738, United States
 
ZIP Code
20852-2738
 
Solicitation Number
NRC-HQ-11-R-33-011
 
Point of Contact
Pearlette Merriweather, , Joseph Widdup,
 
E-Mail Address
pearlette.merriweather@nrc.gov, Joseph.Widdup@nrc.gov
(pearlette.merriweather@nrc.gov, Joseph.Widdup@nrc.gov)
 
Small Business Set-Aside
Partial Small Business
 
Description
The purpose of this acquisition is to obtain maintenance and operational support services for an estimated 100 U.S. Nuclear Regulatory Commission (NRC) application systems and information technology (IT) environments, as well as modernization support and documentation support through fiscal year (FY) 2021 at an estimated cost of $237 million. A previous sources sought notice was posted to www.fbo.gov for this acquisition ( https://www.fbo.gov/spg/NRC/OA/DCPM/NRC-10-33-MOM/listing.html ), and the results of the Government's analysis of that sources sought notice have been considered in developing the acquisition strategy for this acquisition. This acquisition is a follow-on to the current "Maintenance and Operational Support of NRC Application Systems" contract, for which the incumbent contractor is OAO Corporation; the incumbent contract number is DR-33-07-358 and related task orders. That contract expires on March 25, 2011 but has two additional six-month options to extend the term of the contract. The 10-year period of performance for this new acquisition provides 7 years for the modernization and maintenance of NRC's applications portfolio plus up to 3 years of contractor award terms that are tied to contractor performance. This acquisition is intended to be a multiple award, partial small business set-aside acquisition along functional area lines (some functional areas will be full and open competition, and others will be small business set-aside) that will result in award of multiple indefinite-delivery, indefinite-quantity (IDIQ) contracts under which firm-fixed-price, labor-hour or time-and-materials task orders may be negotiated and awarded. Unrestricted Full and Open Competition (F&OC) functional areas in the solicitation will include: - Initial maintenance of legacy systems - Centralized environment support - Requirements and Design Note: Based on information currently available, it is estimated that the value of thes F&OC services is approximately $97 million. Small Business Set-Aside (SBSA) functional areas in the solicitaiton will include: - Legacy modernization and new software application development - Maintenance of modernized systems Note: Based on information currently available, it is estimated that the value of the SBSA services is approximately $140 million. The evaluation factors for the non-set aside portion of the acquisition will include a Subcontracting Plan Evaluation Factor, which incentivizes offerors that are not small businesses. The acquisition will also include an "on-ramp/off-ramp" feature that provides flexibility in managing the agency's future requirements. NRC anticipates a single solicitation that will utilize a best value tradeoff source selection process for each of the functional areas identified above. This process will result in the award of multiple IDIQ contracts for all functional areas. The NRC anticipates cost/price and non-cost/price factors to be approximately equal in importance for each functional area when evaluating offers and selecting awardee(s) for those functional areas. After IDIQ contracts are awarded, individual requirements in those functional areas (except for Centralized Environment Support, wihich is intended to have only one awardee) will be competed among the awardees in those functional areas, with the result being a task order award based on that competition. The multiple-award, partial small business set-aside strategy will facilitate competition and maximize opportunities for small businesses over the potential 10-year contract period. It is expected as the legacy systems are retired over the course of this new acquisition, the need for services under the unrestricted full and open competition areas will decrease. In addition, over time, as NRC modernizes its systems, the need for legacy modernizaiton, software application development and maintenance of modernized systems services in the SBSA functional areas will grow. NRC will consider the question of organizational conflicts of interest (OCOI) for this acquisition, in accordance with NRC Acquisition Regulation (NRCAR) Subpart 2009.5, and will ensure compliance with OCOI requirements with regard to placement of resulting contract awards. The solicitation and related amendments will only be made available from this web site. Therefore, potential offerors are encouraged to monitor www.fbo.gov for information or amendments relating to this solicitation. The NRC currently anticipates posting the solicitation on or about February 25, 2011, with proposals for Functional Area 1 due by the response date and time indicated in this notice. Proposal due date for each functional area will be specified in Section L of the solicitation.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/NRC/OA/DCPM/NRC-HQ-11-R-33-011/listing.html)
 
Record
SN02387815-W 20110227/110225234305-8b4ecccfd161fc84f823e52ba6c103a6 (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.