Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 23, 2011 FBO #3498
MODIFICATION

D -- Information Technology (IT) and related engineering services

Notice Date
6/21/2011
 
Notice Type
Modification/Amendment
 
NAICS
541511 — Custom Computer Programming Services
 
Contracting Office
U.S. Department of State, Office of Logistics Management, Acquisition Management, P.O. Box 9115, Rosslyn Station, Arlington, Virginia, 22219
 
ZIP Code
22219
 
Solicitation Number
SAQMMA11R0260
 
Archive Date
10/30/2011
 
Point of Contact
Edward J. Czarny, Phone: 703-875-6033, David W. Vivian, Phone: 7038756991
 
E-Mail Address
czarnyej@state.gov, viviandw@state.gov
(czarnyej@state.gov, viviandw@state.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
June 21, 2011 C  Professional IT/Engineering Services The US Department of State (DOS), Office of Logistics Management, on behalf of the Office of Overseas Buildings Operations (OBO), is seeking qualified information technology and related engineering services in support of facility maintenance and program support for Embassy facilities worldwide. Selection shall be made in accordance with Federal Acquisition Regulation (FAR) Part 36 for IT and Engineering services. This is a 100% small business set-aside. The small busines NAIC code is 541511 and the smallbusiness sze standard is $25.5 MillionOne (1) indefinite quantity/indefinite delivery (IDIQ) contract shall be awarded to a small business. The contract period will be one base year from the execution of the contract with four additional option years. Task orders for each proposed IT/engineering requirement will be placed against the contract on an as-needed basis and individually negotiated. Under each of these contracts, the Government guarantees a minimum of $10,000 for the life of the contract. The maximum dollar value of this contract shall be $2,000,000 for the base year and each option year. Contract duration shall not exceed five years. The total contract value shall not exceed $10,000,000. The successful firm shall provide IT expertise and services for various business processes and engineering expertise for existing and planned buildings at various DOS facilities overseas. Successful offerors will have extensive experience in the evaluation and recommendation for operations and maintenance types of functions with the goal to provide web-based training and business process systems to provide our overseas maintenance staffs with the enhanced resources to operate and maintain the more complex systems being installed in our newer facilities while also keeping our older infrastructures operational. Professional IT and engineering services may include a variety of tasks that will support the ongoing development of IT resources for OBO/CSFM/FAC using subject matter experts with engineering building systems experience. Such tasks may include but will not necessarily be limited to: ongoing maintenance of existing IT programs, systems and resources, analysis of existing maintenance processes and program support functions with focus on establishing requirements that support development of information systems which will improve business processes, working with facility management and engineering staff analyzing operations and failure modes and effects in areas HVAC, electrical generation and distribution systems, water treatment and distribution, vertical transportation systems, building automation and controls, secured and compartmentalized facility spaces. These efforts will also require the successful offeror to represent OBO/CSFM/FAC in technical forums involving other OBO engineering program offices as well as with working groups established by OBO Information Resource Management, which establishes standards for enterprise information systems. Mandatory Pre-Qualification Requirements IN ORDER TO BE CONSIDERED FOR AWARD OF THIS CONTRACT, interested offerors, including all entities which comprise a joint venture, and the joint venture itself, must possess a Defense Security Service (DSS) Interim or Final Top Secret facility clearance (FCL) with Secret safeguarding capability, issued in accordance with the National Industrial Security Program Operating Manual (NISPOM), DoD 5220.22-M. Contractor personnel assigned to work at DoS facilities, including travel to posts worldwide, will require access to classified information and Controlled Access Areas (CAA), and must therefore possess Secret or Top Secret personnel security clearances. Certain travelers will require Top Secret clearances with COMSEC/crypto read-in to adequately perform on the contract. This is a pass/fail evaluation. Due to the immediate need for performance at the TS level upon selection and contract award, DOS will not sponsor any firm for a facility clearance or facility clearance upgrade for this solicitation. Offerors must submit their appropriate Commercial and Government Entity (CAGE) Code with the required qualification documentation. A bidders DD Form 254 is attached to the solicitation. Proposal Submission Firms/organizations responding to this announcement on or before the closing date will be considered for selection using the following evaluation criteria- (100 points maximum): a) (25 points) Specialized experience and technical competence in developing facility information systems and integration of these systems within an enterprise architecture. The offeror shall demonstrate past experience with maintaining existing information systems, analyzing business processes particularly with those related to facility management and engineering functions, development of information systems and integration of these systems into a global enterprise including authentication/authorization within an identity management structure, enterprise messaging, development within either J2EE or.NET platform and enterprise database development within Oracle or MS SQL Server. Firms should also be able to show evidence of having one or more programs certified to CMMI Level 3 as identified by Software Engineering Institute. The offeror must also demonstrate experience with engineered building systems having past experience providing subject matter engineering professionals with environmental, HVAC, electrical, water treatment, and building controls expertise in the development of information systems supporting facility operations. b) (25 points) Professional qualifications of personnel who will be assigned to the contract and their experience and capabilities for satisfactory performance of tasks that will be issued under the contract. This includes, but is not limited to: education (e.g. IT/ engineering baccalaureate/masters degree); Professional engineering registrations and related certifications that define professional work experience in design, operation and maintenance of engineered building systems; actual work experience; committee work within professional society and code development forms; relevant continuing education. c) (20 points) Proposed team composition including subcontractors and consultants. This includes, but is not limited to: previous relationships and projects undertaken as a composite entity; team execution of projects similar to those proposed in this request, proposed project organizational structure and team assignments. d) (15 points) Past performance with overseas projects, including but not limited to an understanding of foreign travel requirements, security issues and logistics, working with client staff, and able to work independently and with minimal direction. e) (15 points) Capacity to accomplish the work in timely manner, this includes, but is not limited to: sufficiency of staff and technical resources available for this contract and not combined to other contracts; ability to respond and address requirements for meeting with OBO/CSFM/FAC staff, firm’s current and future workload; the ability to accomplish the work with minimum oversight by DoS, ability to augment OBO/CFMS/FAC staff for short durations and as may be required to assess technical requirements. Failure to address each of the evaluation criteria, in writing, will result in failure to qualify. Additionally, failure to provide the requisite information will result in failure to qualify. Firms responding to this advertisement are advised to specifically address each evaluation factor under a separate heading. The qualifications statements should clearly indicate the office location where the work will be performed, an organizational chart for the proposed contract, and the qualifications of the individuals anticipated to work on the contract and their geographical location. Firms that meet the requirements of this solicitation are invited to submit two copies of their technical proposals, which need to adequately address the evaluation criteria identified herein. The format of the proposal is left to the discretion of the offeror, however the technical response should be no longer than ten pages excluding resumes and an introductory letter that introduces the organization and identifies the solicitation. Requests for clarification must be submitted, in writing to Mr. Edward J. Czarny, no later than 3:00 p.m., Eastern Standard Time, on July 1, 2011. The FAX number to submit clarification questions is (703) 875-6699; the e-mail address is czamyej@State.gov. Closing Deadline (or Submissions) ALL SUBMISSIONS MUST BE RECEIVED BY 3:00 pm EST August 1, 2011. TRANSMISSION OF PROPOSALS: Offerors shall hand deliver or submit proposals by courier (FedEx, UPS Express Mail, DHL, ETC) to the following address: U.S. Department of State Attn: Edward J. Czarny A/LM/AQM/FDCD/AE Room L-600, SA-6 1701 North Fort Myer Drive Arlington, VA 22209 (DO NOT USE THE U.S. POSTAL SERVICE PO Box Address) Include the project solicitation number (s) on the face of the package Point of Contact Edward J. Czarny Contract Specialist A/LM/AQM/FDCD/AE Tel: 703-875-6033 Email: czamyej@state.gov
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/State/A-LM-AQM/A-LM-AQM/SAQMMA11R0260/listing.html)
 
Place of Performance
Address: CONUS and world-wide US Department of State Posts, United States
 
Record
SN02478560-W 20110623/110621235117-e6d515a2899500945dcdae70594b3147 (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.