Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 22, 2012 FBO #3771
MODIFICATION

D -- THIS IS A PRE-SOLICITATION NOTICE. Naval Facilities Engineering Command (NAVFAC) Information Technology Center (NITC

Notice Date
3/20/2012
 
Notice Type
Modification/Amendment
 
NAICS
541519 — Other Computer Related Services
 
Contracting Office
N62583 SPECIALTY CENTER ACQUISITIONS NAVFAC 1100 23rd Ave Bldg 1100 Port Hueneme, CA
 
ZIP Code
00000
 
Solicitation Number
N6258312R0746
 
Response Due
5/3/2012
 
Archive Date
5/3/2013
 
Point of Contact
Cecilia Marquez 805-982-2172 cecilia.marquez@navy.mil
 
E-Mail Address
<!--
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
THIS IS A PRE-SOLICITATION NOTICE. NAVFAC Information Technology Center (NITC) has a requirement to perform IT Services, at Naval Base Ventura County Port Hueneme CA. This notice does NOT constitute a request for proposal, request for quote, or invitation for bid. The intent of this notice is to identify potential Service Disabled Veteran Owned Small Business (SDVOSB) offerors for Enterprise Operations Support Services (EOS) IT Services Contract. Based on the results of our Industry day dated June 21, 2011 technical capability and experience statement s received in response to a Sources Sought Notice N6258311NEITS dated September 13, 2011, and other informal market research, we found that there was an adequate number of Service Disabled Veteran Owned Small Businesses expressing interest. Service Disabled Veteran Owned Small Businesses were found to have the in-house experience, capability, or resources to provide the technical services, project management capabilities to manage NAVFACS IT Service requirements. Enterprise Operations Support (EOS)scope: Naval Facilities Engineering Command (NAVFAC) has a requirement to host an array of Enterprise Business Systems that will be utilized throughout various Navy Organizations to include all NAVFAC sites, all Navy Regions, the Marine Corps, and select private business partners. This array of Enterprise Business Systems supports the broad spectrum of NAVFAC ™s business, employs a broad range of technical solutions, and could vary from a web-based application to a client server- & web-based application to a data warehouse that supports NAVFAC corporate reporting. Client server applications are accessed via thin client, i.e. Citrix protocols. As a result, NAVFAC has a need for operational and technical support to include deployment support, operations and maintenance, configuration management, change management, project management, planning and analysis, and information assurance support for all NAVFAC Enterprise Business Systems hosted at NITC. The focus of this task order is the provisioning of day-to-day operational support, customer liaison, change and configuration management, information assurance, life cycle management, portfolio and asset management, quality assurance, validation and verification, business continuity, facilities management, documentation, and process improvement. To ensure continuity of operations during natural disasters and/or calamities, the NAVFAC Data Center hosting facility remotely maintains servers, operating systems and storage devices located at the Continuity of Operation and Disaster Recovery (COOP/DR) site in Norfolk, Virginia. The Enterprise Operations Support (EOS) provides the necessary administration, planning, coordinating and testing of the business contingency plan for continuity of operations. In collaboration with the NITC NASP and CDA resources, the EOS ensures that regular testing is conducted and results are reported to management. IT systems security implementation is a major factor in keeping the "Authority to Operate (ATO)" not just for the hosting environments but is also required for each individual business systems hosted at the NAVFAC Data Center. The Federal Information Security Management Act (FISMA) shall be continuously reviewed and complied with. Each business systems listed in Attachment 01 undergo FISMA review or re-accreditation once per year. In collaboration with the NITC Team, and the Central Design Agency (CDA), the Contractor shall determine the best approach for meeting IA and FISMA compliance without impacting business systems availability and performance. Continuous process improvement (CPI) and standardization using the ITIL framework is a major initiative at NITC. Although several operational processes are now in place at NITC, these processes need to be continually reviewed, audited, tested and maintained to ensure compliance with the latest technological changes, industry best practices, and DON/DOD mandates. Work includes identifying areas for improvement, documenting processes, communicating processes prior to implementation, and continuous improvement using various CPI methodologies. This is a Performance Work Statement (PWS). The scope of this PWS is to provide: - Recurring support for day-to-day systems operations which include: system provisioning, system monitoring and reporting, help desk level 1 troubleshooting and technical support, service request management and tracking, maintenance coordination, facility monitoring. - Security compliance and accreditation support for all business systems. This includes but not limited to: continuous review of systems and network accreditation packages, monitoring plan of action and milestones (POA&M) completion, security scan output reviews, vulnerability reviews and mitigation actions and reporting, DIACAP packages review and processing, INFOCON report management, FISMA compliance reports. - Standardization and Continuous process improvement utilizing ITIL framework which include: change management, configuration management, quality assurance reviews and audits, portfolio and asset management, life cycle management, license management, and technical process documentations. - Administration of the business continuity plan and continuity of operations initiatives (BCP/COOP). This includes developing project plans, coordinating, communicating and implementing testing plans without impacting normal business systems operations. - Providing remote technical support, operations, and sustainment of all mainframe systems hosted at DISA Mechanicsburg and Ogden. The proposed contract is limited to qualifying Service Disabled Veteran Owned firms. The Government will not consider offers from other than Service Disabled Veteran Owned firms. The North American Industrial Classification Code (NAICS) is 541519 with a size standard of $25 million. All prospective offerors must be actively registered in the Central Contractor Registration (CCR) at www.ccr.gov. Please reference Sources Sought Notification N6258311NEITS for previous historical information. Any questions provided against this pre-solicitation notice will not be answered during the pre-solicitation phase of the acquisition process. If after reviewing the solicitation when issued, your question still requires an answer, you may submit your written questions once again; along with any other questions you may have. During the solicitation phase, your questions will be answer via amendment to the solicitation. The estimated solicitation issue date is May 1, 2012.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVFAC/N47408/N6258312R0746/listing.html)
 
Record
SN02700666-W 20120322/120320235132-d8e6aee972cb9c7e6479aa360c0b6d9f (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.