SOURCES SOUGHT
99 -- Consolidated IT Services Support.
- Notice Date
- 3/13/2009
- Notice Type
- Sources Sought
- Contracting Office
- BUREAU OF RECLAMATION PO BOX 25007, 84-27810 DENVER CO 80225
- ZIP Code
- 80225
- Solicitation Number
- 09AN810147
- Response Due
- 3/27/2009
- Archive Date
- 3/13/2010
- Point of Contact
- Pearl Wray Contract Specialist 3034452427 pwray@do.usbr.gov;<br />
- Small Business Set-Aside
- N/A
- Description
- THIS IS A SOURCES SOUGHT NOTICE ONLY, WHICH WILL BE USED FOR INFORMATIONAL AND PLANNING PURPOSES. THIS IS NOT A SOLICITATION; PLEASE DO NOT INCLUDE ANY PRICING INFORMATION IN YOUR CAPABILITY STATEMENTS. The Bureau of Reclamation (BOR) located in Denver, Colorado, is seeking capability statements for the purpose of determining the appropriate level of competition and/or small business subcontracting goals for this requirement. Thus, interested Small Business concerns are encouraged to submit capability statements for the Information Technology (IT) requirement identified herein. Small business concerns are defined as any Small Business entity covered under Federal Acquisition Regulation (FAR) part 19. For example from Small, Small Disadvantaged Business (SDB), 8(a), Woman-owned Small Business (WOSB), Service-Disabled Veteran-Owned (SDVOSB), Veteran-Owned Small Business (VOSB) and Historically Underutilized Business Zone (HUBZone) businesses. However, the Government reserves the right to consider a Small, Small Disadvantaged, 8(a), Woman-owned, Service Disabled Veteran, or HUBZone business set-aside based on responses hereto. The Government intends to use NAICS: 541519, Size Standard $25M. The Government also intends to issue a Multiple Award Indefinite-Delivery Indefinite-Quantity (IDIQ) contracting vehicle, and it is anticipated that the period of performance will consist of one base year, plus four one-year option periods. In addition, BOR intends to use the resultant contract(s) as our primary source for fulfilling all of the stated requirements herein, and there will be multiple projects and/or initiatives to be performed simultaneously. Essentially, this requirement will be used as the primary IT support vehicle for the entire OCIO office and all our initiatives. Interested sources must submit a brief Capability Statement specific to the IT requirements outlined in this notice. This is not a solicitation announcement. If a solicitation is released it will be synopsized via Reclamation's Electronic Acquisition System (NBC-EC) accessible at http://ideasec.nbc.gov. It is the potential offeror's responsibility to monitor this site for the release of any solicitation or synopsis. This sources sought announcement is for informational and planning purposes only and is not to be construed as a commitment by the Government nor will the Government pay for any information solicited. Since this is a sources sought announcement, no evaluation letters and/or results will be issued to the respondents. Respondents deemed fully qualified will be considered in any resultant solicitation for the requirements. Requirement Title: Consolidated IT Services Support. Background and Objective of IT Requirement:Successful offeror(s) shall provide support to the Bureau of Reclamation's (BOR), Office of the Chief Information Officer's (OCIO) mission and to the individual missions of the other Reclamation program offices. This may include support to other Department of Interior (DOI) service or staff offices, DOI Bureaus, and Reclamation Regional Offices nation wide. As such, the Bureau of Reclamation (BOR) has a Requirement to procure quality IT services designed to implement an environment that is capable of yielding consistent, repeatable, predictable and coordinated Information Technology (IT) project outcomes; while delivering high quality information system support to our customers. A major focus of this requirement is to facilitate data sharing and coordination among various BOR program users (offices). Coordination shall be accomplished through the development and use of a BOR operational quality assurance infrastructure, designed to promote consistency in providing high quality IT services. Successful Offeror(s) shall continuously improve practices and procedures throughout all aspects of contract performance; which will also include management of all schedule contract task order tasks, to help ensure quality services are provided to our customers. Key IT Requirements:A. Information Technology services under the resultant contract(s) will require the successful offeror(s) to perform functions associated with any or all stages of the IT life cycle in support of the OCIO's mission. These functional areas will have IT support modules such as Application and Application support; Server Support; Help Desk Support; Security Oversight and Training Requirements (modules/functional areas not all inclusive). Such services and modules will include full life cycle support including methodology and standards development; requirements development, business process analysis associated with IT, technology research, communications analysis/management, system architecture, system development and maintenance, software development, re-hosting applications, conversion of legacy systems, COTS analysis and implementation, knowledge management, technical engineering and support, technical security support, technical equipment support, software quality assurance, testing and implementing emerging software development and maintenance productivity tools; system analysis and documentation; Capital Planning support; Security Analysis; server center operations; support for a technical documentation and software library, data base administration/management; user training, configuration management, WAN/LAN Support; Helpdesk, and Resource Center Support. B. In addition to the above, the following functional areas are representative of the type of IT service support that will be required during the life of our requirement (functional areas not all inclusive): i. Technical Support: Will be comprised of Full systems development/maintenance life cycle support, Data Administration/Management and Modeling, Software Quality Assurance, Various training modules for legacy and new systems, third party products, Helpdesk Support, Resource Center Support, WAN/LAN Support, Geographical Information System (GIS) Services, Computer Integrated Facilities Management (CIFM) Support and CAD Support. ii. Program Support: Will be comprised of Configuration Management including Change Management and Release Management, Technical Analyses, Feasibility Studies, Data Entry, Development of standards guidelines, and procedures governing systems development, Preparation and presentation of management briefing materials, Assist with COTS Selections & Evaluations. In performing such tasks the contractor shall comply with Federal and DOI information technology policy and procedural guidelines. The contractor shall also comply with applicable specifications and standards found in the National Institute of Standards and Technology's (NIST) Federal Information Processing Standards Publications (FIPS PUBs), and the use of ANSI/EIA Standard 748 Earned Value Management System (EVMS), and Section 508 Accessibility Standards. iii. Task Order Execution Plan: Will be comprised of preparing a Task Order Execution Plan for each task order to include the following as applicable to each task order: Resource/Staffing Plan, Management methodology (tools, financial and progress reporting formats), make recommendations and provide a management methodology tailored to the task structure of this SOW to minimize cost, schedule, and quality risks, Security (physical and AIS), Milestones development for government approval to minimize cost, schedule, and quality risks. iv. Provide monthly project status reports, and other relevant reports (frequency to be determined). Capability Statement Submittal:You are requested to provide electronic responses (15-20 pages maximum including attachments) via e-mail to the primary Point of Contact (POC) identified below. To facilitate a prompt review by BOR, a one-page summary shall be included with your capability statement(s), which identifies your company's specific capabilities that are relevant to the requirement. Within summary page, Companies are also requested to provide their name, address, primary POC and telephone number, company's average annual revenues for the past three years, total number of employees, and your Government size standard/ type classification (Large, Small, Small Disadvantaged, 8(a), Woman-owned, Service Disabled Veteran, HUBZone, business). The summary page will not count against the maximum page limit. It is insufficient to provide only general brochures or generic information. Interested parties may also include their GSA contract number and corresponding Special Item Number (SIN) - if applicable. The statement shall be transmitted either via e-mail or fax; to Pearl Wray at pwray@usbr.gov or 303-445-6345 (fax), by 4:30 p.m. MST on March 27, 2009. PLEASE DO NOT INCLUDE ANY PRICING INFORMATION OR COMPANY-SENSITIVE (PROPRIETARY) INFORMAITON IN YOUR IN YOUR CAPABILITY STATEMENTS.
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=be9c6d67a9dcbc4dcde540b3f88a2998&tab=core&_cview=1)
- Place of Performance
- Address: Bureau of Reclamation (BOR), Denver Colorado.<br />
- Zip Code: 802250007<br />
- Zip Code: 802250007<br />
- Record
- SN01768761-W 20090315/090313215611-be9c6d67a9dcbc4dcde540b3f88a2998 (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 |