Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 06, 2012 FBO #3816
SOURCES SOUGHT

D -- Vanguard 2.2.3 (Global IT Modernization Program) - Attachment A - Active GITM Post Listing

Notice Date
5/4/2012
 
Notice Type
Sources Sought
 
NAICS
561210 — Facilities Support Services
 
Contracting Office
U.S. Department of State, Office of Logistics Management, Acquisition Management, P.O. Box 9115, Rosslyn Station, Arlington, Virginia, 22219, United States
 
ZIP Code
22219
 
Solicitation Number
GITM_SOURCES_SOUGHT_2012
 
Archive Date
6/5/2012
 
Point of Contact
Michael J. Mickaliger, Phone: 703-875-6937, Steven G. Haines, Phone: 7038756746
 
E-Mail Address
mickaligermj@state.gov, hainessg@state.gov
(mickaligermj@state.gov, hainessg@state.gov)
 
Small Business Set-Aside
N/A
 
Description
GITM Active Posts Listing Description: Sources Sought Notices (herein referred to as a Request for Information) are issued by the Department of State when performing market research to determine industry interest and capabilities. The Department of State is particularly interested in the capabilities of Small Businesses to perform the worldwide services. This is a Request for Information announcement only. This is not a solicitation or request for proposal and in no way commits the Government to award a contract. The Government does not intend to award a contract(s) based solely on the submission of this Request for Information nor does it intend to pay for any costs incurred in response to this announcement. The Department of State reserves the right to terminate this request and change its requirements if needed. Responding to this Request for Information does not guarantee participation in future Department activities. Background: The Department of State's, Bureau of Information Resource Management (IRM), Global Information Technology (IT) Modernization (GITM) program provides classified and unclassified desktop and server information technology equipment worldwide to approximately 270 sites abroad and 31 domestic bureaus and offices, under a centrally managed program designed to support the Department's evolving business processes, and modernization of the IT infrastructure using a four year life-cycle (Note: GITM Commercial Off-The-Shelf (COTS) monitors are on a six year modernization life cycle.) This request for information falls under IRM's multi-pronged Vanguard acquisition strategy, which focuses on acquiring and aligning contractual IT services to the Department of State's evolving enterprise service delivery model. Under Vanguard, IRM will consolidate and replace a large number of task orders and contracts with fewer and better-aligned performance-based acquisitions that integrate functions and processes and deliver improved services and cost efficiencies. The Vanguard task orders will be/are linked by Associate Contractor Agreements that commit the respective awardees to work together in support of Department service, efficiency, and IT security objectives. Vanguard 2.2.3 is the Department's hardware supply chain and logistics management task order for the worldwide IT infrastructure. GITM is seeking to determine industry interest and the capabilities of sources available to satisfy a requirement to expand the array of modernized IT equipment deployed by the GITM program, focusing on comprehensive supply chain management solutions (purchase, receive and integrate, deploy, install, and repair and return) as well as cabling infrastructure modernization for existing overseas locations. This Request for Information and the Vanguard 2.2.3 excludes design and engineering support services. Program Objectives: The overall objective is to acquire a supply chain management solution that will leverage industry standards and best practices to increase efficiency, optimize effectiveness, and establish common processes for managing IT supply chains across the enterprise. The ability to maximize operational capabilities and minimize lifecycle costs are fundamental goals. Other specific objectives for the expanded GITM program include: a. Rationalize and consolidate disparate equipment life-cycles in order to reduce cost of supply chain activities and decrease time from procurement to installation. b. Establish common supply chain management processes for managing an array of IT equipment to be installed globally using a process driven business model in order to improve service delivery: 1. Purchase - provide procurement support under the direction of the government to include requirements forecasting, determination and tracking, and coordinating procurement execution and procurement award. 2. Receive and Integrate - receipt of equipment, warehousing, material management, quality control and integration. Ability to support warehouse operations in the Washington, DC metro area is required. 3. Deploy - provide logistical services to deploy equipment using best delivery options within DoS guidelines; management deployment of personnel to DoS sites for installation. 4. Install - provide installation services on a global basis to install systems and related services. 5. Repair and Return - support receipt, repair and return of defective or failed equipment. Innovation and Department of State Intent: Industry should demonstrate its capability to provide: a. Innovations in the area of providing an integrated view of information driving both supply chain activities (including cost/service trade-offs), and the equipment life-cycle of the installed base. b. Innovative solutions in the area of remote installations wherein the contractor provides a US based technical team responsible for system installation assistance/guidance to government IT staff located at an overseas post performing the physical installation of systems. c. Innovative solutions in the area of design and installation of modernized cabling infrastructure (data, voice, video) at overseas posts with the goal of providing complete and reliable cabling. d. Innovations in the area of performance based metrics to include suggested different metrics for deploying to countries/regions based on the level of infrastructure development, i.e., metrics for deployments to less developed regions of the world differ from metrics for more developed regions of the world. e. The deployment methodology for workstations may change overtime to include direct shipment of overseas, unclassified workstations from the workstation vendor's location to overseas locations. f. The level of effort for this work may change overtime due to the impact of virtual desktop deployment; a technology GITM will pursue. g. Collaboration with others across the Department of State vendor community is required to accomplish the objectives including building supply chain activities on engineering and design requirements under Vanguard 2.2.1 Task Order focused on engineering, designing, securing, operating and maintaining the Department's critical enterprise-wide IT network infrastructure. Innovative ideas on transition activities to a comprehensive supply chain process model that will minimize disruption to current activities are sought. Note: Science Applications International Corporation (SAIC), McLean, VA is the Vanguard 2.2.1 contractor. Additional Background related to Requirements: 1. ManTech International Corporation, Fairfax, VA is the incumbent contractor. 2. The DoS currently obtains GITM Services thru the General Services Administration (GSA) Logistics Worldwide (LOGWORLD) 874 V and IT 70 Contracts. 3. Support Locations: The contractor shall provide support to the existing overseas locations. Refer to Attachment A for active GITM Post listing. 4. Average of 13 installs (domestically and abroad) per month; 5. GITM has deployed 62,227 workstations; 3,108 servers; 5,905 switches; and 6,954 printers (4,809 overseas and 2,145 domestically) during the past four years (FY2008 - FY2011); 6. 632 unclassified and classified installations during the past four years (FY2008-FY2011); 7. Estimated yearly contract value: $27M - $35M; 8. Employees: All employees supporting this requirement shall be US citizens; and 9. Facility Clearance Requirements: TOP SECRET. 10. 561210 - Facilities Support Services (Primary) and 541614 - Process, Physical Distribution and Logistics Consulting Services (Secondary) MARKET RESEARCH - REQUEST FOR INFORMATION (Capability Statement) Instructions: 1. The Request for Information (Capability Statement) response should be concise and focused and not exceed 25 pages including cover pages, table of contents etc. 2. Sale brochures, videos, and other marketing information materials are not solicited and will not be reviewed. 3. Do not submit cost or price information with the response. 4. Interested companies shall submit an electronic copy of their capability statements via email to Michael Mickaliger, mickaligermj@state.gov. The due date and time for submission of responses is 11:00 AM (local time) May 21, 2012. 5. No phone calls related to this Request for Information will be accepted. All correspondence shall be via email. MARKET RESEARCH - CAPABILITY STATEMENT REQUIREMENTS A viable interested party shall demonstrate, in any capability statement submitted, the company's capabilities to meet the performance objectives and customer intent and provide the innovations required by the worldwide program. A viable interested party shall provide relevant examples of previous work or solution implementations, to include client points of contact. Note: Federal and State government projects will be considered more relevant than commercial examples. A viable interested party shall also discuss any implementation considerations that are relevant and should be considered by the Department of State. The discussion may include salient risks and mitigation measures, lessons learned from other projects or agencies, contracting approaches, or any other pertinent information. The following other information shall be provided in the capability statement: Company and Contact Information: 1. Company Name and Address; 2. Contact Name, Title, Phone Number, Fax Number, and eMail Address; 3. DUNS Number; 4. CAGE Code; 5. Organizational history brief; 6. Geographic location(s) of office(s) and number of employees at each domestic and international location; 7. Current Department of Defense Facility Clearance Level; 8. General Services Administration (GSA) Logistics Worldwide (LOGWORLD) 874 V Schedule Contract Number; and 9. GSA Government-Wide Acquisition Contract Family and Number(s). Original Point of Contact: Michael Mickaliger, Contract Specialist, Phone 703-875-6937, Fax 703-875-6085, Email mickaligermj@state.gov
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/State/A-LM-AQM/A-LM-AQM/GITM_SOURCES_SOUGHT_2012/listing.html)
 
Record
SN02740134-W 20120506/120504235928-b821c93fc08efec51fb80d5367df8c2b (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.