Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 07, 2012 FBO #3787
SOLICITATION NOTICE

R -- Anti Tamper and Software Protection Conference Support

Notice Date
4/5/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541990 — All Other Professional, Scientific, and Technical Services
 
Contracting Office
General Services Administration, Federal Acquisition Service (FAS), Assisted Acquisition Services Division (4QFA), 401 West Peachtree ST NW, Ste 2700, Atlanta, Georgia, 30308, United States
 
ZIP Code
30308
 
Solicitation Number
ID04120069
 
Point of Contact
Melvin B. Fordham, Phone: (228)813-4875, Jennifer Metcalf, Phone: 404-731-3485
 
E-Mail Address
bernard.fordham@gsa.gov, jennifer.metcalf@gsa.gov
(bernard.fordham@gsa.gov, jennifer.metcalf@gsa.gov)
 
Small Business Set-Aside
N/A
 
Description
Solicitation Number: ID04120069 ITSS Contract Access Number: ID04120069 1. Notice Type: Combined Synopsis/Solicitation Offeror are instructed not to contact the client, Air Force, AFRL, or Government employees regarding this procurement; doing so may result exclusion from consideration. Points of contact are listed below. Offerors MUST be registered in the CCR database in order to receive an award for this procurement. This is a combined synopsis/solicitation for commercial items prepared in accordance with (IAW) the format in Federal Acquisition Regulation (FAR) Subpart 12.6 and conducted under FAR Part 15.101-1, 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. The combined synopsis/solicitation is issued as a Request for Proposals (RFP). This solicitation is full and open competition procurement. The NAICS code applicable to this procurement is 541990 (All Other Professional, Scientific, and Technical Services). This solicitation document incorporated provisions and clauses that are in effect through Federal Acquisition Circular (FAC) 2005-57. The FAR requires that prospective contractors complete electronic annual representations and certifications in conjunction with their required registration in the Central Contractor Registration (CCR) Database. These annual representations and certifications are submitted via the Online Representations and Certifications Application (ORCA), a part of the Business Process Network (BPN) at http://orca.bpn.gov. 2. Background: Work is to be accomplished for Air Force Research Laboratory's Integrated Electronic and Net-centric Warfare Division (AFRL/RYW), Wright-Patterson Air Force Base, Ohio, through the General Services Administration (GSA), Federal Acquisition Service (FAS), Assisted Acquisition Services Division, Southeast Sunbelt Region. As the Integrated Electronic & Net-Centric Warfare Division, AFRL/RYW investigates cyber and electronic warfare vulnerabilities and protections for various military weapons systems that are both already fielded and in development. In the course of this work, protecting software containing critical program information (CPI) (critical intellectual property) is a key component. 3. Performance Requirements: • Outreach. Provide managerial and oversight support to sponsor, organize and execute informational forums to provide program overviews and support the exchange of technical information. • Education and Training. Provide managerial and technical support to develop and execute training/educational courses and materials to assist program managers and engineers to identify and implement protection technologies and techniques and to support the establishment of AT and SPI technologies, processes and policies into standard DoD practices. • Administrative Support. Provide on-site administrative support to include scheduling meetings/visits, preparing /reviewing correspondence, maintaining administrative files, escorting visitors, preparing travel orders and vouchers, preparing and reviewing financial documentation and reporting, developing and maintaining financial spreadsheets, performing financial analysis and participating in financial reviews and planning sessions. • Project Management Support. Provide program/project office support and oversight in the development, administration, and execution of program requirements, program structure, acquisition approach, risk management/assessment, milestone reviews, documentation and reports, resources, design considerations, support strategies and contract approach. • Requirements Support. Provide program/project office support and oversight in the development, administration and execution of program technical and functional requirements and strategies. This includes, but is not limited to, the following: budget, cost and financial management planning and tracking, technical contract management support, technical support control and risk management. • Security Support. Provide program/project office security support and oversight in the development, administration, and execution of program security requirements, structure, approach, risk management/ assessment, documentation and reporting. Coordinate with appropriate DoD and Air Force entities to develop new security strategies and maintain existing security infrastructures. • Information Systems Support. Provide on-site te hnical support in the development, administration and execution of the internal information technology infrastructure to meet current and future program needs. Assist in formulating architectural design, functional specifications, interfaces and documentation for hardware, software and systems/networks. • Management and Administration. Programmatic direction under this purchase order will be provided via work requests that identify the performance requirements, completion schedules, and not-to-exceed cost limits within the already pre-defined scope and cost ceiling of this purchase order. The following bullets describe the types of deliverables that may be required from the contractor. The list represents examples only and is not intended to limit or define the specific deliverables that may be required by individual work requests. The contractor shall provide the overall management and administrative services required for the execution of all activities fully meeting the business and regulatory requirements of the purchase order, to include but not limited to: 4. Period of Performance: Base Year: 01 July 2012 through 30 June 2013 Option Year 1: 01 July 2013 through 30 June 2014 Option Year 2: 01 July 2014 through 30 June 2015 Option Year 3: 01 July 2015 through 30 June 2016 Option Year 4: 01 July 2016 through 30 June 2017 5. Contract Type: Performance Base, Time & Material 6. Proposal Submission: This combined synopsis/solicitation is NOT the entire RFP. To receive the entire RFP (ITO, Evaluation Factors, etc), please see the instructions below. FAILURE TO FOLLOW these instructions will NOT constitute a reason to grant an extension to the RFP period at a later date. All interested Offerors must submit their proposal via GSA's IT Solution Shop (ITSS) web-based order processing system. Proposals will only be received and awarded via ITSS. The link is listed below and the ITSS Help Desk number is 1-877-243-2889. ITSS webpage is https://web.itss.gsa.gov/Login. Offerors shall use ITSS to receive the entire RFP and submit its proposal. THE DOCUMENTS IN ITSS ARE THE OFFICIAL DOCUMENTS TO BE USED FOR SOLICITATION. To receive the entire RFP, and submit a proposal for consideration for award, all interested Offerors send GSA an email identifying (1) vendor's name, and (2) the name of an individual Offeror employee who will act as the Offeror's GSA point of contact (POC) for this requirement that is "registered in IT Solution Shop (ITSS)". OFFERORS MUST IDENTIFY THE COMPANY NAME OF THE OFFEROR AND THE POC'S NAME EXACTLY AS IT APPEARS IN ITSS. "Registered in ITSS" or "Registration in ITSS" means a Offeror is successfully registered in ITSS such that the Government can select Vendor's designated POC in ITSS to receive the RFP, view an order, and be able to submit a proposal. Some Offerors have multiple company divisions and employees registered in ITSS making it difficult for GSA selection. Therefore, to ensure that all interested Offerors receive the RFP, prompt submission of the above ITSS vendor information (Offeror's name and POC) is requested. An email must be sent to jennifer.metcalf@gsa.gov or bernard.fordham@gsa.gov in order to receive RFP via ITSS. You may also contact Jennifer Metcalf at 404-331-2822 or Bernard Fordham at 228-813-4875. This will ensure that potential Offeror receive a copy of the RFP and have the opportunity to submit a proposal. The proposal closing date in ITSS is 4:00 pm on May3, 2012 (EST). Extension to the RFP closing date and time will not be granted due to late registration in ITSS or not being registered in ITSS. Any proposal received by GSA after the closing date/time is late and shall not be evaluated and will not be considered for award. Points of Contact: GSA Senior Contracting Officer: Bernard Fordham bernard.fordham@gsa.gov 228-813-4875 Jennifer Metcalf GSA Customer Account Manager jennifer.metcalf@gsa.gov (404) 331-2822
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/a8f7a0e681546ba86fedc593dd7ba506)
 
Place of Performance
Address: Wright-Patterson Air Force Base, Ohio, Wrright Patterson AFB, Ohio, 45433, United States
Zip Code: 45433
 
Record
SN02714674-W 20120407/120405235011-a8f7a0e681546ba86fedc593dd7ba506 (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.