Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 04, 2011 FBO #3479
MODIFICATION

D -- ITEMS - Unclassified Remote Hosted Desktop - Amendment 3

Notice Date
6/2/2011
 
Notice Type
Modification/Amendment
 
NAICS
518210 — Data Processing, Hosting, and Related Services
 
Contracting Office
Other Defense Agencies, National Geospatial-Intelligence Agency, AC Headquarters Support (ACH), Attn: ACH Mail Stop D-88, 4600 Sangamore Road, Bethesda, Maryland, 20816-5003, United States
 
ZIP Code
20816-5003
 
Solicitation Number
HM017711R0021
 
Point of Contact
Scott L. Stallsmith, Phone: 571-557-2438
 
E-Mail Address
scott.l.stallsmith@nga.mil
(scott.l.stallsmith@nga.mil)
 
Small Business Set-Aside
N/A
 
Description
Amendment 03 - Change Page 55 Amendment 03 - Updated Attach. 5.1 URHD SOW Amendment 03 - SF30 - Continuation Page Amendment 03 - Change Page 27 Amendment 03 - SF 30 ____________________________________________________________ Amendment 03 Please see the RFP Attachment Amendment 03. ____________________________________________________________ **** Updated Bidders Library - Appendix A: Applicable Documents - Updated A.1 Compliance Documents - Updated A.2 NGA Policies ____________________________________________________________ **** Q&As 1 - 105**** Updated Questions and Answers have been posted. Please see the Q&A Attachment. ____________________________________________________________ ****Q&As 1 - 91**** Updated Questions and Answers have been posted. Please see the Q&A Attachment. Questions 45 and 71 have been updated and answered. The proposal due date is extended from June 6, 2011 5:00 PM Eastern Daylight Savings Time to June 10, 2011 5:00 PM Eastern Daylight Savings Time. Amendment 03 will be posted shortly to modify the RFP documents extending the proposal due date. The Q&As deadline submissions will remain unchanged at June 1, 2011 5:00 PM Eastern Daylight Savings Time. ____________________________________________________________ **** Q&As 1 -75**** Updated Questions and Answers have been posted. Please see the Q&A Attachment. ____________________________________________________________ Amendment 02 Please see the RFP Attachment 02 for further information. ____________________________________________________________ **** Applicable Documents added to the Bidders Library **** ____________________________________________________________ **** Q&As 1 - 42***** Updated Questions and Answers have been posted. Please see the Q&A Attachment. _____________________________________________________________ **** Q&As 1 -25 **** Questions and Answers have been posted. Please see the Q&A Attachment. _____________________________________________________________ Amendment 01 ******** This RFP is in its FINAL form. The DRAFT markings have been removed from the Attachments. *********** Please see the RFP Amendment 01 Attachments for further information. I. General Instructions 1.0 This is a combined synopsis/solicitation for commercial services 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. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 05-48. The National Geospatial-Intelligence Agency (NGA) has a requirement for Unclassified Remote Hosted Desktop managed services. This requirement is solicited as a Full and Open Competition and competed solely through the Government Point of Entry (www.fbo.gov). The associated contract clauses and statement of work are included with this synopsis/solicitation are provided with this solicitation. All vendors interested in submitting a proposal for consideration should do so, prior to the solicitation closing date, in the form of an email to the point of contact listed in this solicitation. All submissions should be in accordance with the stipulations set forth below: 1.1 The proposal shall be clear and concise and include sufficient detail for effective evaluation. The Offeror should not simply rephrase or restate the Government's requirements, but rather shall provide convincing rationale to address how the Offeror intends to meet these requirements. The Offeror should assume the Government has no prior knowledge of its capabilities and experience, and will base its evaluation on the information presented in the Offeror's proposal. 1.2 Elaborate brochures or documentation, binding, detailed artwork, or other embellishments are unnecessary and are not desired. 1.3 The proposal packages must be received on the date and time specified in Block 8 on Page 1 of this RFP. Submissions should not contain attachments greater then 5MB in size. Such submissions may be excluded. Proposals shall be submitted to Scott Stallsmith at scott.l.stallsmith@nga.mil no later than June 6, 2011 5:00 PM Eastern Daylight Savings Time. 1.4 Proposals submitted after the time and date specified for receipt of the RFP will be considered LATE in accordance with FAR 52.215-1 (JAN 2004), Instructions to Offerors - Competitive Acquisition. 1.5 Written requests for clarification may be sent to the Contracting Officer via e-mail at the title of the e-mail must include "URHD QUESTION". The content of a question may be included in a notification or answer to all Offerors, but if so included will not divulge the source of the question. All questions and answers will be posted on the FedBizOpps website prior to the closing date of the RFP. All questions need to be submitted to scott.l.stallsmith@nga.mil no later than June 1, 2011 5:00 PM Eastern Daylight Savings Time. 1.6 Small Business Subcontracting Plan Each Large Business Offeror shall provide a Small Business Subcontracting Plan that contains all the elements required by FAR 52.219-9 Alt III (July 2010). This plan shall be submitted separately from the Small Business Participation Approach information required below, which applies to both large and small businesses. An approved Small Business Subcontracting Plan is not a requirement for evaluation in source selection, but rather a requirement for award to a large business and will be incorporated into any resultant contract. 1.7 Proposal shall be based on open market pricing. 1.8 The government will make award based on a Best Value Trade-off analysis on the submitted proposals. 1.9 All offerors must either be registered on the ORCA website or submit a completed version of the Offeror Representations and Certifications (please see Section 6.0 of this RFP). 1.10 Identify in your proposal any particular security restrictions, deliverables, or any other URHD requirements in the SOW or other associated attachments that would restrict implementation of the Unclassified Remote Hosted Desktop here in NGA. II. General Information 1.0 Prospective offerors are cautioned against contacting other Government personnel in regard to this solicitation prior to award. Prospective Offerors are also cautioned to advise potential subcontractors or teaming contractors of this instruction. If such contact occurs and is found too prejudicial to competing Offerors, the Offeror (including subcontractors or teaming partners) making such contact may be excluded from award consideration. Only responses from the Contracting Officer in writing shall be considered for purposes of this procurement. The Government will use the data and information gathered in the course of this pilot to determine the feasibility of SaaS, Computing to Go Service Models, and Public/Private Cloud Computing for NGA. If this proof of concept is successful, NGA intends to procure these services agency-wide through a competitive acquisition. As such, pursuant to DFARS 227.7202-1(c)(1), the Service Provider is required to provide deliverables detailing changes to or within the Government's hardware and software systems with Government Purpose Rights, as defined in DFARS Clause 252.227-7013 and 252.227-7014. This will enable NGA to provide potential vendors in the follow-on competitive procurement with the information necessary for modifying the Government system to enable these services through any commercial vendor. If the Service Provider wishes to assert more restrictive rights than Government Purpose Rights in any deliverable or part thereof, it shall do so in accordance with DFARS Clause 252.227-7017. Any Government requests to validate asserted restrictions will be done in accordance with the procedures in DFARS Clause 252.227-7019. 2.0 Special Notice - Special Use of Contractor Support a. The Government will use MITRE personnel for administrative, technical, and price analysis support during source selection. The exclusive responsibility for source selection will reside with the Government. Proprietary information submitted in response to this solicitation will be protected from unauthorized disclosure as required by Subsection 27 of the Office of Procurement Policy Act as amended (41 U.S.C. 423) (hereinafter referred to as "the Act") as implemented in the FAR. MITRE personnel are bound contractually by Organizational Conflict of Interest and disclosure clauses with respect to proprietary information. Contractor personnel assisting in the proposal evaluation are procurement officials within the meaning of the Act, and will take all necessary action to preclude unauthorized use or disclosure of a competing Contractor's proprietary data. Non-Disclosure and Organizational Conflict of Interest Certificates for all contractor support personnel participating in this source selection are on file at the respective contracting activities. 3.0 Restrictions of Briefings During the period of source selection, which begins with release of this Request for Proposal (RFP) and ends with contract award, briefings by potential Offerors to Government agencies on the subject matter of this RFP are inappropriate. Conducting such a briefing without the prior written approval of the Contracting Officer may be justification for eliminating your company from further consideration under this RFP. ITEMS and ITEMS - Pilots Background Information NGA is a Department of Defense (DoD) Combat Support Agency that provides Geospatial-Intelligence to both the DoD and the Intelligence Community (IC). NGA provides timely, relevant, and accurate Geospatial-Intelligence in support of National Security. The Director of NGA is the functional manager for the National System for Geospatial-Intelligence (NSG), which is the combination of people, technology, policies, capabilities, doctrine, activities and community necessary to produce Geospatial-Intelligence (GEOINT) in an integrated multi-intelligence environment to support National Security Strategy objectives. NGA is looking to change how the agency procures and provisions Information Technology in order to meet expanding mission requirements given budgetary constraints. NGA plans on implementing a managed services model that decreases complexity, increases agility, enhances reliability, while improving efficiency and effectiveness of IT delivery in support of the National System for Geospatial Intelligence (NSG). NGA intends to implement these services under the consolidated Information Technology Enterprise Managed Services (ITEMS) program. In order to position the agency for successful implementation of this program, NGA is currently executing risk reduction activities and intends to award several pilots as part of these activities. The purpose of the pilot activities is to explore commercially available technologies for application in NGA facilities as well as external sites. The four pilots being contemplated are Unclassified Remote Hosted Desktop (URHD) pilot, Managed Data Center Services (MDCS) pilot, User-Facing Capability (UFC) pilot, and Deployed Services (DS) pilot. The URHD pilot will explore the use of a commercial Cloud as an alternative to in-house solutions. The outcome of this pilot is to determine if the following benefits are achievable: flexible managed service capacity at a commodity price; free up one-third of data center floor space for other uses; flatten recapitalization spikes; provide efficiencies that will free up other IT resources for repurposing toward mission; and provide 24 x 7 access to voice, email, data and cloud applications via Personal Information Technology Devices (PITDs), Smart Phones, etc. NGA expects that the pilot will drive out policy concerns and solutions. The Managed Data Center Services (MDCS) pilot will explore a flexible, on-demand alternative to standard government owned data centers. The objective of this pilot will determine if the following benefits are achievable: flexible managed service capacity to provide parallel operations that allows thin client transition; parallel dissemination operations; on-demand flexible capacity to allow rapid provisioning of it services; and benefit from the elimination of expensive facility modifications in limited data center space. The User-Facing Capability (UFC) pilot will explore flexible, on-demand alternatives to government owned user-facing hardware. The objective of this pilot will determine if the following benefits are achievable: eliminate need for multiple thin-clients at the desktop; modern, flexible, user-facing hardware; replacement or augmentation of voice and video services; and implementation of mobile thin-client devices. The Deployed Services (DS) pilot will explore flexible, cross-security domain collaboration capabilities. The objective of this pilot will determine if the following benefits are achievable: deployed personnel collaboration capability for use by deployed personnel in crisis; CONUS and OCONUS situations; and a deployed PITD capability, regardless of whether an existing cell phone network exists. These four pilots form an integrated architecture that mirrors the ITEMS operational objective architecture, albeit at a reduced capability and scope. By demonstrating this reduced architecture, NGA will gain high confidence in the feasibility of implementing the ITEMS approach, and detailed knowledge of how to structure the enterprise ITEMS acquisition.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/1b8714c3080df99f9a046fbb3c76dbee)
 
Record
SN02462073-W 20110604/110602234321-1b8714c3080df99f9a046fbb3c76dbee (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.