SPECIAL NOTICE
D -- INFORMATION TECHNOLOGY SUPPORT SERVICES REQUEST FOR INFORMATION
- Notice Date
- 12/22/2004
- Notice Type
- Special Notice
- NAICS
- 541513
— Computer Facilities Management Services
- Contracting Office
- Department of State, Office of Logistics Management, Acquisition Management, P.O. Box 9115 Rosslyn Station, Arlington, VA, 22219
- ZIP Code
- 22219
- Archive Date
- 1/25/2005
- Point of Contact
- Deborah Carey, Contract Specialist, Phone 703-875-4229, Fax 703-875-6085, - Reaver Clements, Contract Specialist, Phone 7038755077, Fax 7038756085,
- E-Mail Address
-
careyda@state.gov, clementsrl@state.gov
- Description
- 1.0 INTRODUCTION The Department of State’s (henceforth referred to as the Department or DoS) Bureau of Diplomatic Security’s (DS) Office of the Chief Technology Officer (CTO) will be conducting a performance-based acquisition of integrated IT support services. This acquisition will be an 8(a) competitive procurement effort. Within this acquisition, DoS is considering the use of a Statement of Objectives (SOO) and a Fixed Price, Award Fee (FPAF) contract. The period of performance is anticipated to include a base period of two years, with three one-year options. This is a Request For Information (RFI) to query qualified firms who have prior experience in providing these services for large federal agencies using a performance-based approach. The Department seeks information on offerings, capabilities, and practices that are present today and those that are being developed for the future to maximum work output. The information provided herein is for planning purposes only and should not be considered as exhaustive as the strategy for this acquisition may change prior to the release of the Request for Proposal (RFP). The Department reserves the right to determine the appropriate method of procuring the services based upon its analysis and evaluation of the responses to current market research. 2.0 BACKGROUND The CTO provides IT solutions and support to a community of approximately 2,000 end users within DS, both domestically and abroad. The proposed contract will service three divisions within CTO: 1) Operations, 2) Systems Integration, and 3) Security Operations. Contractor responsibilities will include, but are not limited to, the following descriptions: 1. Support of the Operations Division shall include providing for steady state service and operation of the DS IT infrastructure, to include server administration, help desk, end-user training, procurement of IT equipment and software, and maintenance of both network and end-user components (software, hardware, and peripherals). 2. Within the Systems Integration Division, the contractor shall perform systems configuration management as well as design and implement client/server solutions for DS end users. 3. To support the Security Operations Division, the contractor shall conduct account audits, network activity monitoring, anti-virus management, and other tasks to ensure confidentiality and integrity of data across all DS networks. It is anticipated that this acquisition will be conducted under NAICS 541513, Computer Facilities Management. 3.0 RFI RESPONSES This RFI is being released to gain industry perspective, which will be used as the Department finalizes its acquisition approach and solicitation materials. Specifically, DoS requests information on the following topics: 1. Lessons learned with performance-based contracts, specifically FPAF contract types 2. Discussion of industry risk factors relating to performance-based IT service contracts. 3. Lead times necessary for formulation of a performance-based solution. 4. Best practices relevant to IT systems management and help desk operations, to include proposed performance metrics addressing the functions of the three CTO divisions described above. 5. Industry capability to address work surge requirements across the three CTO divisions. Currently, surges occur for the installation/customization of network components or major overhaul or system upgrade. Proposed alternatives for the current methodology will be examined during the process. 6. Sample schedule outlining actions between contract award and full operational capacity. All other comments relating to this requirement are also solicited by the Department of State. The Government is receptive to any ideas from industry, which would result in limiting constraints on the potential awardees, realizing cost savings, highlighting potential contractual or technical problems, and maximizing a performance-based contract. 4.0 DISCLAIMER Replies to this RFI are not mandatory. Replies will be separated from, and have no bearing on, subsequent evaluation of proposals submitted in response to any resulting formal Requests for Proposals. The use of information received from industry to complete final statements of work and resulting solicitation documents will be at the discretion of the Government. Any subsequent solicitation will be synopsized prior to release. Eligibility in participating in a future acquisition does not depend upon a response to this notice. The Government will not critique a potential offeror’s information and the RFI should not be used by offerors to market their services. The Government does not intend to pay for the information solicited and will not recognize any costs associated with submission of the RFI. Proprietary information is not being solicited. However, information considered proprietary, if any, should be identified as such and will be handled accordingly. Responses to this RFI will not be returned. In accordance with FAR 15.201(e), responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. Responders are solely responsible for all expenses associated with responding to this RFI. 5.0 CONTACT INFORMATION All interested businesses shall submit their responses by providing the company name, capabilities, mailing address, phone number, and email address to the following points of contact: Deborah Carey Contract Specialist CareyDA@state.gov Reaver Clements Contracting Officer ClementsRL@state.gov It should be noted that phone calls will not be responded to regarding this RFI effort. Responses to this RFI must be submitted in writing to the contract specialist via email no later than January 10, 2005 at 12:00 p.m. 6.0 PLACE OF PERFORMANCE The worked performed under this proposed procurement will be performed primarily in the Washington, DC metropolitan area. Limited travel is required as part of this effort but is subject to change. NOTE: THIS NOTICE WAS NOT POSTED TO WWW.FEDBIZOPPS.GOV ON THE DATE INDICATED IN THE NOTICE ITSELF (22-DEC-2004); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
- Web Link
-
Link to FedBizOpps document.
(http://www.eps.gov/spg/State/A-LM-AQM/A-LM-AQM/Reference-Number-01102005/listing.html)
- Record
- SN00725571-F 20041224/041222213047 (fbodaily.com)
- Source
-
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |