Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 24, 2009 FBO #2891
MODIFICATION

D -- Information Technology Support Services to Include Systems Design and Integration

Notice Date
10/22/2009
 
Notice Type
Modification/Amendment
 
NAICS
541512 — Computer Systems Design Services
 
Contracting Office
Department of Justice, Justice Management Division, Procurement Services Staff (PSS), 1331 Pennsylvania Avenue, N.W., National Place Building, 10th Floor, Washington, District of Columbia, 20530
 
ZIP Code
20530
 
Solicitation Number
DJJD-10-RFP-0638
 
Archive Date
12/2/2009
 
Point of Contact
Doug Wooldridge, Phone: 202-514-3284
 
E-Mail Address
Douglas.M.Wooldridge@usdoj.gov
(Douglas.M.Wooldridge@usdoj.gov)
 
Small Business Set-Aside
N/A
 
Description
Request for Information Information Technology Support Services-4 (ITSS-4) DJJD-10-RFP-0638 Summary: This Request for Information (RFI) is issued in support of the anticipated acquisition of Information Technology Support Services (ITSS) (Solicitation No. DJJD-10-RFP-0638) for various bureaus, offices, and divisions of the Department of Justice (DOJ or Department). This requirement will result in the award of multiple Indefinite Delivery/ Indefinite Quantity (IDIQ) contracts for large-scale systems integration acquisitions, and the integration, modification, and maintenance of current systems which will have significant impacts on future program needs in DOJ components. Since 1988 the DOJ has sought the services of the private sector to provide highly qualified and skilled individuals in all areas of Information Technology. The purpose of this request for information is twofold: first, to determine the acquisition strategy regarding small business participation, and second, to get industry comments on the draft Statement of Work (SOW). Through this synopsis, the DOJ is requesting the capabilities and past performance of small business contractors interested in providing these services across DOJ Programs. Interested small business contractors including small disadvantaged business, women-owned small businesses, 8(a)’s, HUBZones, Veteran-Owned small businesses, are encouraged to respond. In addition, the DOJ is requesting comments on the draft SOW from both large and small businesses. The Department is contemplating award of ten to fifteen (10-15) contracts and based on response to this request for information will be able to determine the appropriateness of small business participation. The actual number of awards will depend on the number, merit quality/capability, and eligibility of the prime contract proposals received. Background: The Draft SOW for this requirement is at Attachment A and the annual estimated number of potential work hours required for each Labor Category is at Attachment B. This request for information is for planning and informational purposes only and shall not be considered as a request for proposal or as an obligation on the part of the Government to acquire any products or services. No entitlement to payment of direct or indirect costs or charges by the Government will arise as a result of contractor submission of responses to this synopsis or the Government’s use of such information. The Government reserves the right to reject, in whole or in part, any contractor’s input resulting from this synopsis. Instructions for Large Businesses: Interested parties are encouraged to submit comments and suggestions related to the draft Statement of Work and Labor Categories. Please submit response in Microsoft Word or PDF format. All information submitted should consist of UNCLASSIFIED material only. Information should not exceed five one-sided 8 ½ x 11 pages, with one inch margins, and font no smaller than 12 point. Instructions for Small Businesses: Small business respondents should include the information required in items 1-4 below. Please submit response in Microsoft Word or PDF format. All information submitted should consist of UNCLASSIFIED material only. Any company proprietary information must be marked as such. Information should not exceed 10 one-sided 8 ½ x 11 pages, with one inch margins, and font no smaller than 12 point. In addition to items 1-4, interested small businesses are encouraged to submit comments and suggestions related to the draft SOW and Labor Categories. SOW comments should be submitted in a separate file and should not exceed five one-sided 8 ½ x 11 pages. Item 1. Company name, address, telephone number, a point of contact with e-mail address, and Data Universal Numbering System (DUNS) number. Indicate small business size status, if applicable, including status as a small disadvantaged business, 8(a) business, woman-owned small business, HUBZone small business, veteran-owned small business, and/or service disabled veteran-owned small business. Item 2. A summary of the company’s past performance in providing services similar to those identified in the attached draft SOW during the past five years, including any on-going contracts. Include Contracting Activities/Agencies, contract numbers, contract value, contract period of performance, number of labor hours provided during the period of performance, whether your company served as a prime contractor or subcontractor, and a point of contact at the Contracting Activity who can verify the information you provided. Item 3. A description of how you would staff the positions identified in Attachment B with suitable, experienced, qualified, trained personnel. Include in your description whether you would staff these positions through current in house staff or through staff augmentation. If through staff augmentation, please provide specifics. In addition, identify how you plan to maintain adequate staffing levels and your plan for managing employee turnover. Identify your current facility clearance level and provide security levels of employees that would be used to staff the positions. Item 4. A description of your company’s suitability and desire to support a wide range of requirements in scope and complexity of task. The complexity of work, duration of task, and staffing requirements will vary significantly depending on the needs of the requiring office. Tasks may range in duration of three months or less to multiple year agreements. Examples of tasks for three separate DOJ components with a wide range of requirements are included in Attachment C. Conversely, task orders may support a single IT function or need with staffing requirements of a single or part-time contractor employee. Identify your criteria for bid decisions and if you intend to actively participate in tasks of all sizes. In addition, identify the tasks your company is interested in pursuing and provide your capabilities related to each task. Include how the information provided on each task is related to the information provided in response to item 2 above. All submissions should be e-mailed no later than 2:00 p.m. Tuesday, November 17, 2009 to Doug Wooldridge at Douglas.M.Wooldridge@usdoj.gov. Attachments: Attachment A – Draft Statement of Work Attachment B – Annual Estimated Labor Hours Required by Labor Category Attachment C – Examples of ITSS Task Orders
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOJ/JMD/PSS/DJJD-10-RFP-0638/listing.html)
 
Place of Performance
Address: Various Locations, Washington, District of Columbia, 20530, United States
Zip Code: 20530
 
Record
SN01990626-W 20091024/091022235407-7ab7ebc9ea786bc29c66d8b87627078c (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.