Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 08, 2011 FBO #3483
AWARD

60 -- RECOVERY: Informational Notice to publicize the use of American Recovery and Reinvestment Act of 2009 (ARRA) funds for the Department of Homeland Security, Technology Integration Program (DHS TIP)

Notice Date
6/6/2011
 
Notice Type
Award Notice
 
NAICS
541512 — Computer Systems Design Services
 
Contracting Office
General Services Administration, Federal Acquisition Service (FAS), Federal Systems Integration&Management Center(FEDSIM)(QFOB), 2100 Crystal Drive, Suite 800, Arlington, Virginia, 22202, United States
 
ZIP Code
22202
 
Solicitation Number
(GST0011AJ0021)
 
Archive Date
8/1/2011
 
Point of Contact
Michael Skorny, , ,
 
E-Mail Address
dhs.tip@gsa.gov, dhs.tip@gsa.gov
(dhs.tip@gsa.gov, dhs.tip@gsa.gov)
 
Small Business Set-Aside
N/A
 
Award Number
GST0011AJ0021
 
Award Date
6/6/2011
 
Awardee
General Dynamics One Source LLC.
 
Award Amount
$876,726,841.00 over the life of the Task Order
 
Description
RATIONALE FOR OTHER THAN FIRM FIXED PRICE The Department of Homeland Security, Technology Integration Program (DHS TIP), GST0011AJ0021, is a hybrid contract type that will consist of tasks to be performed on a Firm Fixed Price (FFP), Cost Plus Award Fee (CPAF), and Cost Plus Fixed Fee (CPFF) basis. The FFP contract type was used to the maximum extent appropriate. For all tasks that are not to be performed on a FFP basis, the Government has included a provision to allow for these tasks to transition to a FFP contract type. Due to alignment with the St. Elizabeths Campus construction schedule and uncertainty around availability of additional funding, certain tasks will be performed on a Cost Plus Award Fee (CPAF) and Cost Plus Fixed Fee (CPFF) basis. The contractor shall perform three tasks on a Cost Plus Award Fee basis. These tasks are: Requirements Analysis and Design - Review DHS Campus and component requirements. Provide an integrated detail design of how DHS information technologies can be linked into a common core enterprise standard platform. Revise design with each phase to take advantage of technological developments in order to provide greater system effectiveness. Implement and Test Solution - Perform proof of concept and test design that was developed in Task 2. Upon acceptance of tested solutions from the Government, purchase, install, configure, operational test, security, accredit, and transition to Operations & Maintenance. Operations and Maintenance - Provide IT service to maintain day-to-day operations. Provide migration support by identifying users, moving assets, validating configurations, and replace legacy equipment. The primary work to be performed for DHS TIP will occur under these three tasks. The CPAF contract type was chosen to provide the Government with the greatest amount of flexibility in regard to schedule and cost constraints, while still motivating the Contractor to a high level of performance. The contractor shall perform three optional tasks on a Cost Plus Fixed Fee basis. These tasks are: Technical Consulting - Provide technical consulting (e.g., engineering/consulting support for requirement definition, integration, testing, design reviews, application development, and security planning, wireless/Wi-Fi advances) directly to the Customer Relationship Management Division (CRMD), Customer Projects Office (CPO), St. Elizabeths Special Program Office. Technical consulting support services are limited to products, applications, and technologies already deployed in the DHS architecture. Emerging Technology - Establish and maintain a program for the enhancement and improvement of IT services, analyzing emerging technologies and transformative solutions. Logistics - Support the transition of employees from their current location onto the Campus. These tasks are optional tasks to be performed on a CPFF basis. CPFF was chosen due to the inability to define the scope of work to the point where it can be performed on a FFP basis. CPAF was not appropriate for these tasks because the additional administrative cost burden to the Government would not yield significant cost savings.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/238c3dd2f2497ec9c69718fe27a1948a)
 
Place of Performance
Address: Washington, District of Columbia, 20020, United States
Zip Code: 20020
 
Record
SN02464597-W 20110608/110606234234-238c3dd2f2497ec9c69718fe27a1948a (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.