Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 24, 2010 FBO #3317
SPECIAL NOTICE

R -- Sources Sought for Wireless Systems Program Office Support Services & Request for Industry Feedback - WSPO Supprot Services DRAFT Statement of Work

Notice Date
12/22/2010
 
Notice Type
Special Notice
 
NAICS
541611 — Administrative Management and General Management Consulting Services
 
Contracting Office
Department of Homeland Security, Customs and Border Protection, Secure Border Initiative Acquisition Office, 1901 South Bell Street, 8th Floor, Arlington, Virginia, 22202, United States
 
ZIP Code
22202
 
Solicitation Number
HSBP1011D00007
 
Archive Date
1/25/2011
 
Point of Contact
Anar Y Desai, Phone: 571-468-7041, Evon Pollack, Phone: 571-468-7016
 
E-Mail Address
anar.desai@dhs.gov, evon.pollack@dhs.gov
(anar.desai@dhs.gov, evon.pollack@dhs.gov)
 
Small Business Set-Aside
Competitive 8(a)
 
Description
This attachment is the draft Statement of Work for which the Government has issued this sources sought for Wireless Systems Program Office Support Services. Sources Sought for Wireless Systems Program Office (WSPO) Support Services I. Description : In accordance with FAR 5.205(c), U.S. Customs and Border Protection (CBP) the purpose of this notice is to identify small business vendors to help make a Small Business set-aside determination and to obtain industry comments on the draft Statement of Work (SOW). CBP has strategic sourcing vehicles in place to provide the Wireless Systems Program Office (WSPO) with administrative, management, and engineering support services. However, the particular strategic sourcing vehicle is not mandatory. The requirement for support services will span across 5 organizational branches within WSPO; the attached draft SOW will provide labor categories, the anticipated number of required personnel as well as more in-depth descriptions of tasks to be performed under this requirement, which is subject to change. The NAICs code representing this procurement effort is 541611 - Administrative Management and General Management Consulting Services. Please Note: Though the NAICS code represents the majority of this requirement, the Government also requires engineering services to be provided under the same anticipated contract (please refer to Section 5 of the Statement of Work for specific Engineering services and support requirements. ) II. Scope : WSPO within CBP has a significant number of Wireless Systems acquisitions, assets, and projects that must be managed effectively. The requirement, specifically expert program management services and support to WSPO in its efforts to achieve the following results, is organized by the functional areas as described below. Program and Project Area Management Requirements i. Program Management Program Strategic Planning: The Contractor shall support the Government in outlining and executing the program's mission, vision, goals, and objectives. Program Spend Plan: The Contractor shall support the Government in developing a plan for spending and usage of allocated budget dollars. ii. Project Management Planning: The Contractor shall support the Government in gathering requirements, tailoring the Systems Engineering Life Cycle (SELC), and planning meetings. Scheduling: The Contractor shall support the Government in project scheduling which includes loading resources and matching them to cost centers. Budgeting: The Contractor shall support the Government in providing cost estimation and spend plans (includes Independent Government Cost Estimate and Bill of Materials). Risk Management: The Contractor shall support the Government in effectively identifying, addressing, and monitoring existing and future risks related to current project initiatives. Procurement: The Contractor shall support the Government in working with Business Operations and TACCOM Contracting in developing PR packages. iii. Deployment The Contractor shall support the Government in providing oversight of deployment activities of the projects. Resource Logistics Requirements § Radio Frequency (RF) Site Analysis and Acquisition: The Contractor shall analyze user requirements and mission needs to provide critical data to select RF Sites as well as ensure that environmental regulatory codes are adhered to for processing documentation through agency environmental division. Identify necessary environmental requirements to clear site property leases for execution. § Asset Management: The Contractor shall provide administrative and inventory analysis, project asset coordination and functional support for all four Focus areas ((Houlton, El Paso, Rio Grande Valley, Laredo) and general support within Wireless Systems Program Office (WSPO) to ensure management, tracking and accountability of all assets. § Network Connectivity: The Contractor shall perform functional analysis and support as a Designated Account Representative (DAR) Liaison. The Contractor will be responsible for establishing circuit orders, obtain estimates, tracking status, address issues, adhere to reporting requirements, etc in an effort to establish and maintain network connectivity. Wireless Engineering Requirements § System Design and Development: The Contractor shall provide system (LMR, HF/UHF/VHF, PTP microwave transmission, broadband, IP, and related technologies) and technical requirements and specification management support. The Contractor shall provide overall engineering services and ensure the system and architecture matches with the business requirements and system integration. § Technical Management: The Contractor shall support the Government in providing overall engineering services; developing contingency plans and alternatives; assessing current technologies; validating operational and technical requirements, etc. § Configuration and Change Management: The Contractor shall support the maturation of the WSPO Configuration Management processes by facilitating and coordinating the identification and baseline of all WSPO configuration items and proposing configuration control processes and methodologies as well as providing daily support to all associated activities of the Change Management Board and Process. § Security and Testing: The Contractor shall assist the WSPO in identifying their current security infrastructure, define further programs, assess risk, perform Certification and Accreditation (C&A) analysis, as well as, coordinate, design and conduct the implementation of security related to IT and LMR systems while understanding and adhering to DHS security policies. The testing component shall support the Government to system verification in testing and verification of a configuration item, service, and process that meets specifications or requirements § Advance Technology, interoperability, and Management (Broadband): The Contractor shall support the Government in analyzing emerging trends in information flow and technology for potential implementation. This support shall include establishing standards and meeting design requirements for monitoring system performance and documenting that guidance as SOP and policy. Business Operations Requirements i. Financial & Acquisition Management Budget Planning, Execution, and Control: The Contractor shall support the Government in planning and supporting the daily budget execution. This includes completing and delivering the budget plan to CBP/OIT on behalf of WSPO. Includes OMB 300 Development, the Capital Planning and Investment (CPIC) Process and subsequent reporting. Cost Estimation and Evaluation: The Contractor shall support the Government in cost modeling, cost estimates, business case development, cost benefit analysis, Life Cycle Costs and Rough Order of Magnitude ROM estimations. Acquisition support: The Contractor shall support the Government in developing documentation in support of acquisitions for equipment and services related to the TACCOM Modernization or Special Projects Branches. Reporting: The Contractor shall support the Government with its reporting requirements using DHS metrics and systems. ii. Quality and Program Control Management Training Services: The Contractor shall research, create necessary materials, coordinate, and provide training in all areas relevant to WSPO needs to include SharePoint, DHS SELC, DHS Acquisitions, Human Resources, etc. Program Control: Provide specialty support to WSPO Project Managers in Earned Value Management, Risk, Project Control, Reporting, etc. Process Management: The Contractor shall provide process improvement, quality planning, and quality control to WSPO and projects. IV. How to Respond : The vendor shall provide the following information in their technical capabilities statement - Company Information to include the company size, the CAGE code, the socioeconomic status, and POC information (name, email address, telephone, and fax numbers) Provide information on current or previous support service contracts the vendor has performed that are available through Federal Supply Schedule (FSS) - Please include contract or task order numbers, descriptions of the work performed as well as scope of work, and references Background/Corporate Experience References to include commercial references Response needs to be limited to no greater than 10 pages Other questions/details the Government encourages vendors to provide i. Please provide the # of staff the vendor currently employs with active CBP clearance. ii. How does the vendor plan to acquire the personnel required in this draft SOW? iii. Vendors are requested to provide feedback on the Statement of Work to identify content requiring improvement, clarification, or areas of concern in order to notify the Government of the need to improve its communication of this requirement to industry in the future. Response Submission Information: Questions, comments, and responses regarding this request for information should be emailed to Anar Desai ( anar.desai@dhs.gov ) and Evon Pollack ( evon.pollack@dhs.gov ). Reponses to this sources sought and industry comments on the SOW are due no later than Monday, January 10, 2011 at 8 am EST.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCS/SBIAO/HSBP1011D00007/listing.html)
 
Place of Performance
Address: Washington DC Metropolitan Area and Chantilly, VA, United States
 
Record
SN02348935-W 20101224/101222234025-ec2140684fecfcdb3cb773a95c5aac34 (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.