Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 14, 2011 FBO #3519
SOLICITATION NOTICE

R -- July 2011 Updated Synopsis HSBP1011R0029 - Release of New/Updated Draft Documents to Industry

Notice Date
7/12/2011
 
Notice Type
Presolicitation
 
NAICS
541611 — Administrative Management and General Management Consulting Services
 
Contracting Office
Department of Homeland Security, Customs and Border Protection, Secure Border Initiative Acquisition Office, 1901 South Bell Street, 8th Floor, Arlington, Virginia, 22202, United States
 
ZIP Code
22202
 
Solicitation Number
HSBP1011R0029_Version2_Update
 
Point of Contact
Anar Y Desai, Phone: 571-468-7041 (prefer e-mail)
 
E-Mail Address
anar.y.desai@cbp.dhs.gov
(anar.y.desai@cbp.dhs.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
Each Task Order under the IDIQ contract will have a corresponding QASP specifically designed for the individual task order. The purpose of the QASP is to ensure the Government’s expectations for the task order are being fulfilled and provides a constructive method of providing feedback to the awardee. Performance requirements for the first task order are provided in full detail in addition to the evaluation ratings the awardee will be subject to. Task orders issued under the single source IDIQ contract will have individual Performance Based Work Statements (PBWS). The attached Draft PBWS is new to industry for this particular procurement and will ensure the Government has communicated the first task order specific requirements. The Draft PBWS has a built-in Wireless Systems Program Office organizational chart to help industry see the visual representation of the branches and personnel it will be supporting; the organizational chart begins after the PBWS on page 29 of this attachment. The labor categories in the organizational chart corresponding to the PBWS on pages 1 – 28 are highlighted in red font and neon green boxes. It is highly recommended that this chart is printed in color for industry’s maximum use. The Draft IDIQ Quality Assurance Surveillance Plan (QASP) is a document new to industry for this particular requirement. The IDIQ QASP will help the Government evaluate performance of the IDIQ SOW and factor into whether Options 1 and 2 will be exercised after the base period of 1 year from the time of contract award. The attached document is the Draft Statement of Work (SOW) for the single source Indefinite Delivery Indefinite Quantity (IDIQ) anticipated contract. The IDIQ SOW provides the range and scope of work under which proceeding task orders will be issued. The first task order will be issued immediately following contract award in November 2011; additional documents are provided to ephasize and expound on the first task order-specific requirements. July 2011 Updated Synopsis for HSBP1011R0029 (Reference previous sources sought reference no. HSBP1011D00007) Single Award IDIQ Contract for the Wireless Systems Program Office (WSPO) for Program Management Office (PMO) and Technical Support Services Notice Date: Tuesday, July 12, 2011 Contracting Office Department of Homeland Security (DHS), Customs and Border Protection (CBP) TACCOM, Enterprise Contracting Office Solicitation Number HSBP1011R0029 **** CHANGES**** The last synopsis notice for this requirement was released on 5/3/2011, open to questions until the closing date of 5/13/2011. This requirement has changed, thus we are providing a summary of those changes: 1. First Task Order has been rewritten extensively and changed to a Performance Based Work Statement. 2. First Task order Quality Assurance Surveillance Plan has been revised. 3. A completely new IDIQ SOW Quality Assurance Surveillance Plan has been added. 4. Previously, Capability Maturity Model Integration (CMMI) Level 2 Certification was discussed in the previous May 2011 synopsis through Government Clarification issued in response to industry's questions. CMMI Level 2 certification will be part of the proposal evaluation criteria - which will be released in full detail with RFP. NOTE: CMMI Level 2 Certification by vendor has changed; this will now be required of all small business vendors as the prime vendors for this requirement. Further, to provide clarification CMMI Level 2 Certification shall be what is known as the industry standard for CMMI for Services (CMMI-SVC). NAICS Code 541611 - Administrative Management and General Management Consulting *Please note the services requested under this NAICs code are approximately 60% administrative and 40% technical based. Competition Type Small Business Set-Aside Description of the Requirement SYNOPSIS SUBJECT: Customs and Border Protection intends to award a single-award Indefinite Delivery Indefinite Quantity contract with firm fixed price task ordering. Resulting contract will be negotiated and awarded with a base contract period of one year and up to two (2) option periods. The contract shall continue as option periods are exercised at the sole discretion of the government for a time period not to exceed 3 calendar years in total, or upon obligation of the total value of the contract, whichever occurs first. The planned award date will be early November 2011. The scope of this anticipated contract is to provide support to the Wireless Systems Program Office (WSPO) across the six Branches: Business Operations Branch, Resource Logistics Branch, Wireless Technology Projects Branch, TACCOM Modernization Program Branch, Wireless Engineering Branch and Business Architecture Branch. These are non-personal services and the Contractor will not perform inherently Government functions. The Solicitation will be available on FedBizOpps (FBO) on approximately July 25, 2011. The deadline reflected in this annoucement (21 July) is for the purposes of receiving industry questions and feedback. Government clarification will be issued to such questions and feedback during the open period of the RFP. All technical and engineering data related to this solicitation will be distributed using the FBO website. The Contractor shall provide expert program management services and support to WSPO. The scope of services required under this contract are included but not limited to the following documents: (Attachments provided herein) 1. Indefinite Delivery Indefinite Quantity DRAFT Statement of Work 2. Indefinite Delivery Indefinite Quantity DRAFT Quality Assurance Surveillance Plan (QASP) 3. First Task Order DRAFT Performance Work Statement 4. First Task Order DRAFT Quality Assurance Surveillance Plan (QASP) Previous Related FBO links: - RFI HSBP1011D00007: https://www.fbo.gov/spg/DHS/USCS/SBIAO/HSBP1011D00007/listing.html Point of Contact Please direct industry questions or comments regarding the pre-solicitation notice in writing to the following points of contact: Anar Desai Procurement Directorate, Office of Administration U.S. Customs and Border Protection Department of Homeland Security E-mail: anar.desai@dhs.gov
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCS/SBIAO/HSBP1011R0029_Version2_Update/listing.html)
 
Place of Performance
Address: Current WSPO location:, US Customs and Border Protection, 1801 N Beauregard St., Alexandria, VA 22311, As of August 2011:, US Customs and Border Protection, Park East Corporate Center II and III, 13990 Parkeast Circle, Chantilly, VA 20151, Virginia, United States
 
Record
SN02496044-W 20110714/110712234921-56dfbf9c757eaa2d755fd8b941acf812 (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.