Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 03, 2008 FBO #2411
SOURCES SOUGHT

D -- INTEGRATED TECHNOLOGY SERVICES (IT) FOR BAGHDAD IRAQ

Notice Date
7/1/2008
 
Notice Type
Sources Sought
 
NAICS
541512 — Computer Systems Design Services
 
Contracting Office
Department of State, FedBid.com -- for Department of State procurements only., FedBid.com, 2010 Corporate Ridge, Suite 750, McLean, Virginia, 22102
 
ZIP Code
22102
 
Solicitation Number
SAQMMA08R0286
 
Archive Date
8/16/2008
 
Point of Contact
James C. Sisson,, Phone: 703-875-5260, Shapleigh C Drisko,, Phone: 703-875-6010
 
E-Mail Address
sissonjc@state.gov, DriskoSC@state.gov
 
Small Business Set-Aside
N/A
 
Description
THIS IS A SOURCES SOUGHT NOTICE. This notice is for information and planning purposes only. This is not a request for quotations and does not commit the government to award a contract: therefore, no solicitation is available at this time. This notice is for market research purposes to determine the availability of potential vendors that can provide the following services: The Department of State, currently has a requirement for Integrated Technology (IT) Services, NAICS Code 541512, Computer Systems Design Services, that provides services and contract support in the New Embassy Compound (NEC), Embassy Annex, in Baghdad, Iraq, the Regional Embassy Office, in Al Basrah, Iraq, the Regional Embassy Office in Al Hillah, Iraq, the Regional Embassy Office in Kirkuk, Iraq, and in Washington, DC with a variety of IT related services that include, but are not limited to Tier 1 computer network support, Tier 2 computer network support, personal computer (PC) services, telephone cabling and instrument installation, inside plant and outside plant installation, general operation and maintenance activities associated with PC and telephone systems, VSAT –Tier 1 Operation and Maintenance, Tier1- HF and VHF mobile handheld, and desktop type radio installation and Tier 2 - Operation and Maintenance, including infrastructure and maintenance, general administration, general management, and project management. The contractor shall furnish all necessary labor and supervision to provide Integrated Technology (IT) Services in performance of services in an overseas setting. The Department of State will furnish all equipment and material associated with this requirement. Interested offerors, including all entities which comprise a joint venture, and the joint venture itself, must possess a Defense Security Service (DSS) Interim Top Secret or Final Top Secret Facility Clearance (FCL), issued in accordance with the National Industrial Security Program Operating Manual (NISPOM), DoD 5220.22-M. Offerors must submit their appropriate Commercial and Government Entity (CAGE) Code with the required qualified documentation. Due to time constraints, the Government will not consider any firms not already possessing the requisite clearance. All contractor personnel traveling to Iraq under this requirement must possess either Secret or Top Secret security clearances issued by DSS prior to deployment. Several Top Secret positions will require read-on to the Department’s crypto/COMSEC program prior to deployment. The following positions will require Top Secret clearances; USG GSM Program Manager, PRT IT Program Manager, PRT IT Program Rover ePRT, Baghdad Helpdesk ISC, REO Technicians. The following positions will require Secret clearances; Baghdad Helpdesk ISC, Radio, Radio-Logistician, Telephone. All responsible sources are welcome to submit a written capability statement demonstrating their ability to perform the aforementioned technical requirements. CAPABILITY STATEMENTS MUST DEMONSTRATE THE MINIMUM REQUIREMENTS OUTLINED ABOVE. Capability statements shall also include: company name, address, point of contact, phone/fax/email, business size and status. Interested parties having the capabilities necessary to perform the stated requirements may submit capability statement via email to SissonJC@state.gov and cc: DriskoSC@state.gov. Capability statements will not be accepted after August 01, 2008. All questions pertaining to this action must be submitted in writing via electronic mail.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=cf2f5b2e60a04dd2155a4e8f9d185385&tab=core&_cview=1)
 
Place of Performance
Address: New Embassy Compound (NEC), Embassy Annex, in Baghdad, Iraq, the Regional Embassy Office, in Al Basrah, Iraq, the Regional Embassy Office in Al Hillah, Iraq, the Regional Embassy Office in Kirkuk, Iraq, and in Washington, DC, Iraq
 
Record
SN01605088-W 20080703/080701221948-cf2f5b2e60a04dd2155a4e8f9d185385 (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.