SOLICITATION NOTICE
D -- Department of the Homeland Security - Enterprise Acquisition Gateway for Leading Edge Solutions II (EAGLE II) - DHS EAGLE II Draft RFP and Attachments
- Notice Date
- 5/21/2010
- Notice Type
- Presolicitation
- NAICS
- 541512
— Computer Systems Design Services
- Contracting Office
- Office of the Chief Procurement Officer, Washington, District of Columbia, 20528, United States
- ZIP Code
- 20528
- Solicitation Number
- HSHQDC-10-R-00032
- Point of Contact
- Holly Donawa, Phone: 202-447-5566, Purnell Drew, Phone: 202-447-5557
- E-Mail Address
-
holly.donawa@hq.dhs.gov, purnell.drew@dhs.gov
(holly.donawa@hq.dhs.gov, purnell.drew@dhs.gov)
- Small Business Set-Aside
- Partial Small Business
- Description
- DHS EAGLE II Draft RFP and Attachments The Information Technology Acquisition Center (ITAC), within the Department of Homeland Security (DHS) Office of Procurement Operations (OPO), is pleased to present this DRAFT solicitation for the Enterprise Acquisition Gateway for Leading Edge Solutions II (EAGLE II) program. The objective of the procurement is to establish the next generation of EAGLE Indefinite-Delivery, Indefinite-Quantity (IDIQ) contracts. EAGLE II will provide IT support services in three functional service categories. Functional Category 1 - Service Delivery, which will provide a full range of services and solutions in support of developing, implementing, and maintaining technology to support the DHS mission and business functions across the entire lifecycle of a program. Functional Category 2 - Program Support Services, which will provide the full range of business and technical management services in support of DHS offices or programs. Functional Category 3 - Independent Test, Validation, Verification, and Evaluation (IV&V), which will provide independent test, validation, verification, and evaluation solutions to ensure that all IT products and services meet DHS standards, and are performing to defined design, cost, schedule and performance specifications/capabilities. Full descriptions can be found in the draft solicitation. The EAGLE II solicitation will include two separate and distinct source selections, one unrestricted and one set-aside for small business. Source selections for both evaluation tracks will be conducted at the functional service category level. Vendors may propose on one, any or all of the functional service categories but are strongly encouraged to submit only one proposal, focusing on the category and the track in which it is most qualified. Multiple IDIQ contracts will be awarded to the most highly qualified offerors that possess the capabilities and demonstrated experience to serve as EAGLE II prime contractors in one of the three functional service categories. EAGLE II is a partial small business set-aside. For Functional Category 1, EAGLE II will have set-aside awards for 8(a), HUBZone, Service-Disabled Veteran-Owned Small Business and small business. For Functional Categories 2 and 3, there will be set-asides for small business. All of the set-aside categories have a $25M small business size standard. Solicitation Section L.8 provides the associated NAICS for each functional category. EAGLE II will allow offerors to submit proposals that include up to four core team members. Although teaming is not required to submit a proposal, offerors may consider teaming as a means to more fully meet the array of requirements and resources potentially required by DHS under EAGLE II. DHS welcomes your comments about the draft solicitation. Written comments received at EAGLEIIOutreach@dhs.gov on or before June 25, 2010 will be considered for inclusion in the final EAGLE II solicitation. However, the Government will not issue direct responses to vendor comments or questions at this time. If submitting comments, please make reference to the specific page, paragraph and text of the RFP. Due to the anticipated level of interest, the ITAC will not entertain requests for contractor visitations or marketing calls. It is anticipated that the EAGLE II solicitation will be released in the 4th quarter of FY 2010 via FedBizOpps, with contract awards planned for mid-FY2011.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/OCPO/DHS-OCPO/HSHQDC-10-R-00032/listing.html)
- Record
- SN02156758-W 20100523/100521235246-7faee9534abead3b2e5b5239b77f7c17 (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 |