Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 29, 2011 FBO #3353
SOLICITATION NOTICE

99 -- Presolicitation synosis for the Army Enterprise Service Desk (AESD) Spiral 2 requirement for CONUS and OCONUS services.

Notice Date
1/27/2011
 
Notice Type
Presolicitation
 
Contracting Office
DOI - NBC, Ft. Huachuca AZ NBC / Acquisition Services DirectorateSierra Vista DivisionP.O. Box 12924 Fort Huachuca AZ 85670
 
ZIP Code
85670
 
Solicitation Number
D11PS20011
 
Archive Date
1/27/2012
 
Point of Contact
Lorita A. Mills Contracting Officer 5205331452 Lorita_M_Mills@nbc.gov;
 
E-Mail Address
Point of Contact above, or if none listed, contact the IDEAS EC HELP DESK for assistance
(EC_helpdesk@NBC.GOV)
 
Small Business Set-Aside
N/A
 
Description
This synopsis describes the acquisition strategy and upcoming solicitation for the Army Enterprise Service Desk (AESD) Spiral 2 requirement for CONUS and OCONUS services in support of the U.S. Active, Guard, and Reserve Army, Department of Army Civilians and entitled Contractors, Friends, and Family. The Army is transitioning towards a service management model which promotes a total customer focus in order to better deliver Information Technology (IT) services to the Warfighter. The Enterprise Service Desk / Enterprise Support Management System (ESD/ESMS), based upon the Information Technology Infrastructure Library (ITIL) framework, are critical enablers of this service management paradigm. As the Army begins to operationalize LandWarNet (LWN) on a global scale, unifying theater-based operations for the delivery of Information Technology (IT) services through regional Network Service Centers (NSCs), there is a continuing need for an Army-wide ESD across a number of subordinate and federated organizations to ensure reliable IT service support to LWN IT service consumers. This ESD will be implemented incrementally, and it is envisioned that each ESD increment will support a larger portion of LWN IT Services until all services are supported. The ESD is enabled by an underlying Enterprise Support Management System (ESMS). The ESMS has two primary roles. First, the ESMS has codified workflows supporting the ITIL processes of incident, problem, change, and configuration management. These workflows ensure that Service Support is executed in a repeatable manner across the Enterprise. Second, it contains asset inventory data, performance data, capacity data, and data about relationships to other assets, people, and services. These data facilitate the ESD's LWN service support mission. The Enterprise Service Desk, based on the principles of the ITIL V3 framework, is the single point of entry for all IT support services for LandWarNet. The ESD, supported by the ESMS and the related services required for continued and effective operation of this critical Army capability are collectively known as the Army Enterprise Service Desk or AESD. To meet this critical mission the Government intends to award a five (5) year, multiple-award Indefinite Delivery, Indefinite Quantity (IDIQ) contract competed via Full-and-Open competition in accordance with FAR Part 15 The scope of this multiple-award IDIQ Contract will include Task Order Management, Transition and Migration Planning and Execution, Enterprise Service Desk, Call Handling Solution, Distributed Dispatch and Field Support, ESD Fielding, ESMS Fielding, Enterprise Support Management System Development, Configuration, and Release Management, Enterprise Support Management System (ESMS) Operations Support, and ESMS Platform Hosting. The Government then intends to compete various Task Orders amongst these Contract holders unless an exception to Fair Opportunity is appropriate. The competed Task Orders will vary in scope and duration but many will be of five (5) years duration with two (2) year base periods and three (3) one-year options. Within this structure Contractors performing successfully from a technical and price perspective may see options exercised and the continuation of their Task Order performance. Contractors failing to perform may see the Government elect not to exercise Task Order options and to instead re-compete the Task Order scope amongst all IDIQ Contract Holders. At a minimum, Task Orders to be competed immediately upon contract award will include (1) a Call Handling Solution requirement, (2) an Enterprise Service Management System (ESMS) Development and Operations requirement, and (3) Service Desk requirements in multiple, parallel Task Orders. The evaluation of Offeror proposals for award of the IDIQ contracts will place significant emphasis on a technical solution and implementation approach to the Army's immediate and evolving Call Handling Solution requirement through the use of a Sample Task Order. Additionally, significant evaluation weight will be placed on Offeror's Past Performance, Corporate Experience, and Certification across the scope of the Contract and viable Offerors and their Teams will have substantial, relevant Past Performance, Corporate Experience, and Certifications in the majority of the scope areas. Furthermore, and due to the Task Order industrial security requirements, the DD-254 posted to accompany the Contract Performance Work Statement will stipulate a Top Secret facility clearance (FCL) as a requirement and therefore a condition of Contract award. The Government intends to release a solicitation in mid- to late February with proposals due in mid- to late March. The Government intends to award the IDIQ Contracts on Initial Proposals unless extraordinary circumstances require Discussions. The information provided above reflects the Government's current intentions but is subject to change. Any questions regarding this synopsis should be addressed to the Contracting Officer, Lorita_M_Mills@nbc.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/c40da02b157da843fc75ab842243fdfa)
 
Place of Performance
Address: CONUS and OCONUS
Zip Code: 856702924
 
Record
SN02367668-W 20110129/110127233928-c40da02b157da843fc75ab842243fdfa (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.