Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 17, 2010 FBO #3127
MODIFICATION

D -- Global Information Grid (GIG) Services Management - Engineering/Transition/Implementation (GSM-ETI) - HC1028-10-R-2001 - Similar Corporate Experience

Notice Date
6/15/2010
 
Notice Type
Modification/Amendment
 
NAICS
541512 — Computer Systems Design Services
 
Contracting Office
Defense Information Systems Agency, Procurement Directorate, DITCO-Scott, 2300 East Dr., Building 3600, Scott AFB, Illinois, 62225-5406, United States
 
ZIP Code
62225-5406
 
Solicitation Number
HC1028-10-R-2001
 
Archive Date
7/30/2010
 
Point of Contact
Kathy M Tullock, Phone: 618-229-9550, Amanda M Hund, Phone: 618-229-9561
 
E-Mail Address
kathy.tullock@disa.mil, amanda.hund@disa.mil
(kathy.tullock@disa.mil, amanda.hund@disa.mil)
 
Small Business Set-Aside
N/A
 
Description
Similar Corporate Experience document for the advisory multi-step process The purpose of this notice amendment is to: 1. Advise of the relocation of the Pre-Solicitation Conference for the Global Information Grid (GIG) Services Management (GSM) Acquisition of Services (AoS); 2. Provide URL (Link) for Broadcast of the GSM AoS Pre-Solicitation Conference via Defense Connect On-Line (DCO); and to 3. Advise all interested parties that the Engineering, Transition and Implementation (ETI) services for the Global Information Grid (GIG) Services Management (GSM) program; hereinafter referred to as GSM-ETI acquisition, will be conducted using the advisory multi-step process pursuant to Federal Acquisition Regulation (FAR) 15.202. 1. The location for the GSM AoS Pre-Solicitation Conference has been moved From: Defense Information Systems Agency 5275 Leesburg Pike, Skyline 7 Room 1N45, Falls Church, VA To: Crowne Plaza Old Town Alexandria 901 North Fairfax Street Alexandria, VA 22314 Phone: 703-683-6000 Fax: 703-683-5750 www.cpoldtownalexandriahotel.com The date for the GSM AoS Pre-Solicitation Conference remains the same as 28 June 2010. Attendees must pre-register prior to the conference. No further action is required if you have already pre-registered. The Conference will open at 0700 and the actual briefings will commence at 8:00 a.m. The Conference is expected to adjourn approximately 5:00 p.m. 2. The GSM AoS Pre-Solicitation Conference will also be broadcast via the Defense Connect On-Line (DCO). Attendees are asked to log into the Pre-Solicitation Conference prior to 8:00 a.m. DCO information, times and the URL/Link are provided as follows: Title: GSM PreSolicitation Conference Date: 28 June 2010 Time: 7:00 a.m. - 5:30 p.m. URL: https://connect.dco.dod.mil/gsm06282010 A URL/Link has been established for testing accessibility as follows: Title: GSM Connect Test Date: Friday, 25 June 2010 Time: 9:00 a.m. thru 1:00 p.m. URL: https://connect.dco.dod.mil/test25062010 Users must adhere to the following: - TLS 1.0 and SSL 3.0 enabled - SSL 2.0 disabled - Adobe Flash Player Version 8 or later - Intermediate Certificate (DoD CA-21) installed -- https://www.dodpke.com/installroot/ or http://dodpki.c3pki.den.disa.mil/rootca.html. - Connect Add-in (optional) -- required for some hosting functions -- can be obtained from within a Connect meeting The Point of Contact and Contact Information for the GSM AoS Pre-Solicitation Conference DCO is: Ms. Carolyn Dean 703-882-0802 SysAdmin info: https://www.jtfgno.mil/operations/cto/2010/CTO_10_005/Revised/CTO_10-005.pdf DCO Help Desk - NCES@csd.disa.mil - DSN 312-850-3136 - Commercial 614-692-3136 - Toll Free 1-800-447-2457 3. The Engineering, Transition and Implementation (ETI) services for the Global Information Grid (GIG) Services Management (GSM) program; hereinafter referred to as GSM-ETI acquisition, will be conducted using the advisory multi-step process pursuant to Federal Acquisition Regulation (FAR) 15.202. DISA requests that potential offerors submit information that will allow the Government to advise them about their potential as viable competitors. Potential offerors shall respond to the attachment provided with this notice/amendment titled "Similar Corporate Experience". The contractor's response is due no later than 15 July 2010 and shall be submitted electronically (via e-mail) to DISNGSM@disa.mil. The subject of the email shall include: "GSM-ETI Advisory Multi-Step Response". Contractors' viability will be determined based on the recency and relevancy of similar corporate experience. The criteria for recency is that the similar corporate experience must have been completed no earlier than three years prior to issuance of this notice or, for ongoing efforts, must have been in place at least nine months before the response due date. The criteria to be used to determine relevancy of similar corporate experience is as follows: 1) Delivery of end-to-end telecommunications engineering, installation and operations services worldwide; 2) Use of ITIL®, eTOM or similar processes on government contracts for delivery of installation services; 3) Experience in collaborating with other firms to provide integrated solutions; 4) Experience in engineering large networks including all aspects of these ITIL® life cycle activities: Service Design, Service Transition and Service Operations; 5) Delivery of Performance based services using IDIQ fixed prices and cost reimbursable contract types. Contractors that the Government considers not to be viable competitors will receive, in writing, the general basis for the Government's findings. In accordance with FAR 15.202(b), those contractors will also be advised that, notwithstanding the advice provided by the Government in response to their submissions, they may participate in the resultant acquisition. Advisory Proposal Submission Instructions The Advisory Proposal submission consists of the Similar Corporate Experience information provided on the matrix template contained in the Attachment. Submitters shall provide at least one (1), but no more than five (5) examples of similar corporate experience. The Government may contact the designated references to verify/validate the information provided.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DISA/D4AD/DITCO/HC1028-10-R-2001/listing.html)
 
Place of Performance
Address: Worldwide (CONUS and O-CONUS), United States
 
Record
SN02177826-W 20100617/100615235304-087d9c029a339ec1cbdfd60cad2d02ab (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.