Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 27, 2011 FBO #3410
SOLICITATION NOTICE

D -- Fingerprint Services/Software and Equipment Maintenance

Notice Date
3/25/2011
 
Notice Type
Presolicitation
 
Contracting Office
NBC - Acquisition Services Directorate 381 Elden Street, Suite 4000 Herndon VA 20170
 
ZIP Code
20170
 
Solicitation Number
D11PS18980
 
Response Due
4/11/2011
 
Archive Date
3/24/2012
 
Point of Contact
Cathy Boulware Contracting Officer 7039643650 cathy.boulware@aqd.nbc.gov;
 
E-Mail Address
Point of Contact above, or if none listed, contact the IDEAS EC HELP DESK for assistance
(EC_helpdesk@NBC.GOV)
 
Small Business Set-Aside
N/A
 
Description
Solicitation Number: D11PS18980 Title: Fingerprint Services/Software and Equipment Maintenance Agency Contact Information:Acquisition Services DirectorateNational Business CenterDepartment of the Interior381 Elden Street, Suite 4000Herndon, VA 20170 Place of Performance: Washington, DC The Government intends to negotiate, on a sole source basis, a firm-fixed-price (FFP) acquisition with Lockheed Martin. This non-competitive action is being issued by the Acquisition Services Directorate under the authority of the Department of the Interior Franchise Fund on the behalf of the Headquarters (HQ), United States Military Entrance Processing Command (USMEPCOM). Description of Requirement: Lockheed Martin shall provide Fingerprinting Maintenance Services for USMEPCOM and MEPS to include software updates, maintenance and engineering support services for the Electronic Fingerprint Capture Station (EFCS), Fingerprint Interface Server (FIS) and Background Investigative Report Server (BIR). Support will include providing telephone support and 24-hour turn-around to replace failed items for the EFCS system. This support will consist of a Contractor's Help Desk to receive all calls for assistance from USMEPCOM Help Desk personnel and provide fault diagnosis and remedy as needed. Replacement materials for failed major components, i.e. desktop computer, LCD monitor, handheld linear scanner, ten (10) print fingerprint scanner, monochrome laser printer and uninterruptible power supply (UPS) will be stocked and will be shipped to sites using overnight delivery services. The failed items will be returned by HQs/MEPS for repair/vendor replacement. Additional customization will be required to interface with both MEPCOM Integrated Resource System (MIRS) and Virtual Interactive Processing System (VIPS) which will be covered under a separate Task Order. The Contractor will be required to work with the contractor that was awarded the VIPS contract (CACI International, Inc.) to ensure functionality is seamless between MIRS and VIPS and is transparent until all MEPS and HQs are transitioned over to the new system. All software changes/development for future use must go through unit testing, system integration testing and user acceptance testing. This will be a joint effort between the Contractor, USMEPCOM personnel and CACI International, Inc. Off-Site Field Testing (OFT) will be required for final testing before software is implemented. The Government will prepare specifications and requirements in response to mandated software changes from higher HQ or other agencies. This task will require, at a minimum, an IT-I: SSBI investigation. The proposed requirement is to continue and acquire consistency of performance determined by contractors already performing the work. All personnel for this contract are in place, trained and familiar with this work. The requirements for this effort are changing due to the USMIRS system transformation and time is required to research the follow-on effort. This sole source requirement is due to the urgent and compelling circumstances that if a sole-source bridge contract is not awarded: (1) it will be detrimental to the war effort and national defense because it will greatly delay in-processing of applicants into the armed services due to the delay or inability to do background checking; and (2) the short time limit of fulfilling this requirement prohibits award of the follow-on contract before the current contract ends. This action is being processed in accordance with FAR 6.302-1, only one responsible source. Lockheed Martin's proprietary software being utilized in the current effort disqualifies other vendor sources in fulfilling this requirement. However, interested parties may identify their interest and capabilities regarding this requirement by submitting a capabilities statement by the date specified herein. The period of performance for this effort will be six months. The Government will consider all capabilities statements received by 12pm EST, Monday, 11 April 2011. Please be advised that it is the offeror's responsibility to assure the Government receives your submission on or before the specified due date. Submissions shall be sent electronically to Cathy Boulware, Contract Specialist at cathy.boulware@aqd.nbc.gov. This is NOT a request for competitive proposals. A determination by the Government not to compete this proposed action based upon responses to this announcement is solely within the discretion of the Government. Information received is solely for the purpose of determining whether to conduct a competitive acquisition. The Government reserves the right to issue a Request for Quote (RFQ) as a result of this announcement. Please be advised that this announcement may constitute the only notice that will be posted for this acquisition, based on the review of any responses to this notice.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/7c34e096ce1234ac5c13663f4aab43e8)
 
Record
SN02409527-W 20110327/110325234541-7c34e096ce1234ac5c13663f4aab43e8 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.