Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 26, 2012 FBO #3746
SOLICITATION NOTICE

D -- Federal Highway Information Technology Support Services II (FITSS II)

Notice Date
2/24/2012
 
Notice Type
Presolicitation
 
NAICS
541513 — Computer Facilities Management Services
 
Contracting Office
Department of Transportation, Federal Highway Administration (FHWA), Office of Acquisition Management, HAAM, Mail Stop E65-101, 1200 New Jersey Avenue, SE, Washington, District of Columbia, 20590
 
ZIP Code
20590
 
Solicitation Number
DTFH61-12-R-00012
 
Point of Contact
Adams I JeanPierre, Phone: 202-366-2044, Jennifer Johnson, Phone: 2023660904
 
E-Mail Address
adams.jeanpierre@dot.gov, jennifer.johnson@dot.gov
(adams.jeanpierre@dot.gov, jennifer.johnson@dot.gov)
 
Small Business Set-Aside
Competitive 8(a)
 
Description
The FHWA has an ongoing need for Information Technology Support Services to provide multi-faceted nationwide IT support to the FHWA Headquarters in Washington D.C. and over 60 field offices nationwide. This requirement is a re-compete of an existing contract, currently held by the INDUS Corporation under contract DTFH61-02-C-00001. It is intended that this re-competition for the IT services will be an 8(a) Small Business Set-Aside. The FHWA Information Technology Support Services (FITSS) requirement has been on-going since 1982 when the original contract was awarded for information technology support services. This mission-critical program is vital to the agency's success. These services are regularly used and relied upon by over 1,500 FHWA employees and contractors in Headquarters, as well as approximately 2,000 field site employees and contractors. There are also approximately 26,500 non-FHWA, state, and local users of impacted IT systems that are supported by FITSS, as well as general public access to FHWA websites. This contract will procure non-personal Information Technology Support Services (ITSS) for the Information Technology Division (ITD) and its customers. The procurement includes program management services, design and improvement, installation, management, configuration, customization, testing, training, and maintenance of the FHWA's nationwide IT systems. Additional scope areas covered in this procurement include special IT projects and studies at the request of the FHWA, and creation of customer support materials. The FHWA contemplates that the FITSS II contract will be an 8(a) set-aside, single-award hybrid contract, with Fixed Price and Cost Reimbursable Contract Line Item Numbers (CLIN) and one Indefinite Delivery/Indefinite Quantity (ID/IQ) CLIN. Except for the ID/IQ CLIN, the contract will be a Performance Based Acquisition, with Quality metrics and incentives, both positive and negative, for the contractor's performance against the Quality metrics. It is anticipated that the contract will be for a five (5) year Period of Performance, with a twelve (12) month base period and four (4) twelve (12) month option periods. The Government intends to issue fixed-price, cost-reimbursable (fee & no fee), and incentive-fee task orders, as appropriate under the IDIQ CLIN. Individual orders will specify the selected contract type, and funding constraints, and the final cost/price of work efforts will be negotiated in accordance with FAR Part 15. The FITSS II prime contractor will be required to utilize and apply industry standard IT and program management methodologies, including but not limited to: Information Technology Infrastructure Library (ITIL), a Process Improvement Methodology and the Project Management Body of Knowledge (PMBOK). The contractor will also be required to perform against updated objectives and contractually incentivizing performance metrics, develop and apply a refined hiring methodology and procedure(s) for hard-to-fill and emerging positions, and demonstrate efficient utilization of new technology solutions, including social media. The Contractor shall apply to the Joint Authorization Board (JAB) at GSA to become an approved Third Party Assessment Organization (3APO) within one year of contract award. The FHWA is soliciting this effort to obtain innovative, comprehensive and integrated IT services on one contract vehicle. The FHWA requires that the awardee be capable of successfully executing against nine (9) core task areas as identified in the list below, and corresponding performance metrics, as established in the Performance Work Statement (PWS) in Section C of the contract. (1)Program Management (2)Integrated Communications (3)Configuration/Change Management (4)Capital Planning(optional) (5)Infrastructure Support (6)Application Software Management (7)Document Management(optional) (8)Customer Support (9)IT Security The contract will contain requirements for both contractor "transition-in" and "transition-out" activities. The contract will require the new awardee to provide a seamless 30-day transition between the incumbent and the new contractor to ensure minimal disruption to vital FHWA IT services and Government activities.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOT/FHWA/OAM/DTFH61-12-R-00012/listing.html)
 
Record
SN02682634-W 20120226/120224235007-3fef2b2bf9edfbf5a57122c05f9506f1 (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.