Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 06, 2009 FBO #2934
SOLICITATION NOTICE

D -- Application Product Lines Enterprise Services--APLES

Notice Date
12/4/2009
 
Notice Type
Presolicitation
 
NAICS
541511 — Custom Computer Programming Services
 
Contracting Office
Department of Homeland Security, United States Coast Guard (USCG), Commanding Officer, USCG Operations Systems Center, 600 Coast Guard Drive, Kearneysville, West Virginia, 25430
 
ZIP Code
25430
 
Solicitation Number
HSCGG3-10-PWV500
 
Point of Contact
Kathy P Klein, Phone: 3042642566, Sherrie D Walters, Phone: 304-264-5128
 
E-Mail Address
kathy.p.klein@uscg.mil, Sherrie.D.Walters@uscg.mil
(kathy.p.klein@uscg.mil, Sherrie.D.Walters@uscg.mil)
 
Small Business Set-Aside
Competitive 8(a)
 
Description
The purpose of this pre-solicitation is to notify industry of the pending synopsis and issuance of solicitation from the Department of Homeland Security (DHS), United States Coast Guard (USCG), Operations Systems Center (OSC), in Kearneysville, West Virginia. The pending synopsis is for Application Product Lines Enterprise Services (APLES) software engineering services in support of USCG and DHS enterprise applications and information developed and maintained by the OSC. APLES will provide a full range of software engineering support required to design, develop, implement, operate, maintain, and enhance the Coast Guard’s enterprise software applications which support the following product lines: Financial, Human Resources, Intelligence, Logistics, Operations, and Enterprise Information Services. OSC intends to issue a competitive 8(a) solicitation for a single source IDIQ contract in accordance with FAR Subpart 16.5, utilizing best value source selection procedures described in FAR Subpart 15.1. Award will be made based on the evaluation criteria established in the APLES solicitation. The IDIQ contract will include a base period of performance from the date of award through December 31, 2010, with 4 one year options, and a final option period, for a total period not to exceed 60 months. The systems engineering work currently performed at OSC under the Systems Engineering and Technical Services (SETS II) task order is of particular importance to the APLES IDIQ solicitation. The initial Task Order #1 issued under the IDIQ contract will incorporate this work. It is anticipated that Task Order #1 will be a cost plus fixed fee (CPFF) type order. The APLES IDIQ solicitation will include a Sample APLES Task Order (as an Appendix) which encompasses the requirements for all software engineering work currently being performed on the SETS II task order. The purpose of the sample task order will be for Offerors to demonstrate their technical capabilities, past performance, and “sample” pricing for evaluation purposes. It is intended that the base period for APLES Task Order #1 will be awarded to align with the base period of the IDIQ contract. The APLES Request for Proposal (RFP) is anticipated to be issued in the January 2010 timeframe. The solicitation phase will include a site visit after release of the RFP. The contract will require access to classified information for certain tasking and will include a DD254, Department of Defense Contract Security Classification Specification. All personnel performing under the APLES contract will be required to have a minimum Secret clearance. In addition, personnel designated to support certain classified information and systems must be eligible for Top Secret/Special Compartmented Information (TS/SCI) security clearance. Offerors will be required to have DoD facility clearances at TOP SECRET level. The North American Industrial Classification (NAICS) code for this acquisition is 541511; size standard $25M. Contractors must be registered in the Central Contractor Registration (CCR), accessed via internet at http://www.ccr.gov and Online Representations and Certifications Application (ORCA), via internet at https://orca.bpn.gov/ or risk having their proposals declared non-responsive. Contracting Office Address: Point of Contact: Contracting Officer, Kathy P. Klein, United States Coast Guard, Operations Systems Center, 408 Coast Guard Drive, Kearneysville, WV 25430. POC telephone number is 304/264-2566; email: Kathy.P.Klein@uscg.mil. Alternate POC is Contract Specialist, Sherrie D. Walters, 304/264-5812; email Sherrie.D.Walters@uscg.mil. No additional information will be provided to individuals who call.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/COUSCGOSC/HSCGG3-10-PWV500/listing.html)
 
Place of Performance
Address: United States Coast Guard, Operations Systems Center, 408 Coast Guard Drive, Kearneysville, West Virginia, 25430, United States
Zip Code: 25430
 
Record
SN02017680-W 20091206/091205000721-60cde9d8d00fd61a27b781cd586df378 (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.