SPECIAL NOTICE
D -- REQUEST FOR INFORMATION (RFI) EAGLE II – Unrestricted - EAGLE II –Unrestricted Request for Information Survey Sheet
- Notice Date
- 7/28/2009
- Notice Type
- Special Notice
- NAICS
- 541519
— Other Computer Related Services
- Contracting Office
- Office of the Chief Procurement Officer, Washington, District of Columbia, 20528, United States
- ZIP Code
- 20528
- Solicitation Number
- DHSEAGLE2-UNRESTRICTED
- Point of Contact
- Scott P. Bishop, Phone: 2024475531
- E-Mail Address
-
scott.bishop@dhs.gov
(scott.bishop@dhs.gov)
- Small Business Set-Aside
- N/A
- Description
- The DHS Office of Procurement Operations (OPO) invites interested vendors to respond to this notice by completing the questions on the attached “EAGLE II –Unrestricted Request for Information Survey Sheet.” It is important to note that vendor responses are solely for the purpose of requesting industry feedback. The Department of Homeland Security (DHS) has a significant and continued need for information technology (IT) services to support the execution of its mission. DHS has met that need principally through the use of the Enterprise Acquisition Gateway for Leading Edge Solutions (EAGLE). The original EAGLE suite of contracts was awarded to 25 large businesses (in June 2006) and 28 small businesses (in September 2006) across five (5) functional categories with a five year base period and two (2) one (1) year options. For details on the current EAGLE contract, please visit the DHS open for business website at: http://www.dhs.gov/xopnbiz/opportunities/editorial_0700.shtm. The existing EAGLE contract serves as a department-wide platform for acquiring Information Technology (IT) service solutions in five functional categories (FCs): • FC1 – Engineering Design, Development, Implementation and Integration • FC2 – Operations and Maintenance • FC3 – Independent Test, Evaluation, Validation and Verification • FC4 – Software Development • FC5 – Management Support Services In reviewing the EAGLE task orders awarded to date, DHS has observed that FC3 has rarely been used and FC5 is best leveraged when included as part of each EAGLE task order requirement. In addition, preliminary market research has indicated that the IT community’s evolution has created an increase in the number of vendors with expertise in multiple subject areas. Further, DHS has identified several lessons learned from EAGLE, including the need to accommodate pricing strategies, which allow for adjustment over the life of the contracts, as well as the use of industry best practices, such as green invoicing and quality certifications. Potential Strategy: EAGLE II – Unrestricted will continue to be a suite of Indefinite-Delivery, Indefinite-Quantity services-based contracts that will enable all DHS components to acquire IT support services to accomplish their mission objectives. DHS has developed two strategy alternatives for aligning the award pool for EAGLE II unrestricted vendors. Alternative 1 maintains the current EAGLE contract Functional Categories structure, eliminates current EAGLE contract Functional Category 3-Independent Test, Evaluation, Validation and Verification, and, includes the current EAGLE contract subject area of Functional Category 5-Management Support Services into all remaining Functional Categories. The Functional Categories under Alternative 1 would be: FC1 – Engineering Design, Development, Implementation and Integration FC2 – Operations and Maintenance FC3 - Software Development Alternative 2 eliminates the use of functional categories and provides for a single award pool where all EAGLE contractors would be eligible to compete for all “unrestricted” EAGLE task order solicitations. Requirement: The DHS Office of Procurement Operations (OPO) invites interested vendors to respond to this notice by completing the questions on the attached “EAGLE II –Unrestricted Request for Information Survey Sheet.” It is important to note that vendor responses are solely for the purpose of requesting industry feedback. The survey does not constitute any type of competition or prequalification. Responses are solely for the government’s use in developing its strategy for EAGLE II; therefore responses will not be evaluated and the government is under no obligation to post the responses received from industry. The potential strategy alternatives should not be construed in any way as the official EAGLE II – Unrestricted strategy, nor do they commit DHS to a particular course of action or a particular timeline. This is a market research effort to gain insight into the capacity of the IT services community to meet continuing DHS IT requirements. All vendors interested in providing a response to this RFI should submit it electronically to DHSEAGLE2UNR-RFI@dhs.gov no later than 2:00 p.m. Eastern Standard Time, on Tuesday August 11, 2009. Vendors are invited to address any subject(s)/issue(s) of interest regarding EAGLE II – Unrestricted. Efforts should be made to keep responses as BRIEF as possible and should not exceed 5 pages. Questions regarding EAGLE II-Unrestricted should be reserved for the pre-solicitation conference. The analysis of responses to this RFI will not include responses to questions nor will the Government pay for the cost of response submissions. Vendors must appropriately mark each page of their submission that contains proprietary information. DHS will adhere to Federal Acquisition Regulation policy on handling proprietary information. This is not a Request for Proposal and no contract will be awarded as a result of this RFI notice. The Government reserves the right to post additional notices relative to the RFI and request capability statements and/or similar documentation. Please note that no registration is required nor is a bid list maintained.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/OCPO/DHS-OCPO/DHSEAGLE2-UNRESTRICTED/listing.html)
- Place of Performance
- Address: Office of the Chief Procurement Officer, Office of Procurement Operations, Washington, District of Columbia, 20528, United States
- Zip Code: 20528
- Zip Code: 20528
- Record
- SN01890762-W 20090730/090729000930-dd0065ae5e2e5b8d5d9bdf8b75ca9331 (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 |