Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 07, 2012 FBO #3940
DOCUMENT

R -- Information Management Technology (IMT) Support Services - Attachment

Notice Date
9/5/2012
 
Notice Type
Attachment
 
Contracting Office
N00189 NAVSUP Fleet Logistics Center Norfolk 1968 Gilbert Street,Suite 600 NORFOLK, VA
 
Solicitation Number
N0018913R240A
 
Response Due
9/13/2012
 
Archive Date
10/13/2012
 
Point of Contact
Greg Finke
 
E-Mail Address
am.g.finke@navy.mil
 
Small Business Set-Aside
N/A
 
Description
Subject to FAR Clause 52.215-3, entitled Solicitation for Information and Planning Purposes, this announcement constitutes a Sources Sought for information and planning purposes to identify qualified and experienced sources for an anticipated single award, Firm Fixed Price Indefinite Delivery/Indefinite Quantity type contract under NAICS code 541512 (Computer Systems Design Services) with a size standard of $25.5M. The Department of the Navy, Submarine Maintenance Engineering, Planning and Procurement (SUBMEPP) activity requires Information Management Technology (IMT) support services at the Portsmouth Naval Shipyard (PNSY), Kittery, ME. The contractor will be required to establish an office within a 25 mile radius of PNSY and may also be required to provide a full development environment at said office. This contract provides for the a) system maintenance, b) system development of Submarine Maintenance, Engineering, Planning and Procurement (SUBMEPP) Activity enterprise business process information systems that support Department of the Navy (DoN), c) initiatives supporting Navy Marine Corps Intranet (NMCI) and Functional Area Managers (FAM), and d) onsite operational support for SUBMEPP IT systems. The applications are Federal Information Processing Standards (FIPS) 140-2 compliant; web-based Java, Oracle relational database management system applications; web-based Section 508 compliant, PHP Hypertext Preprocessor (PHP)/Cold Fusion/Access/Hyper Text Markup Language (HTML) applications; or Standard Generalized Markup Language (SGML) or Extensible Markup Language (XML) product applications which utilize Department of Defense (DoD) or DoD External Certificate Authority (ECA) Public Key Infrastructure (PKI) for authentication. The contractor shall be further required to provide additional resources to support SUBMEPP s applications, interfaces with the Navy s Enterprise Resource Planning (ERP), web initiatives, desk top publishing and content management systems product development, and development of new information technology solutions to support DoN improved business processes and efficiencies. The period of performance for the anticipated contract is a twelve (12) month base period and two (2) twelve (12) month option periods. This announcement constitutes a sources sought synopsis for written information only. This is not a solicitation announcement for proposals and a contract will not be awarded from of this announcement. This sources sought notice is not to be construed in any way as a commitment by the Government, nor will the Government pay for the information submitted in response. The NAVSUP Fleet Logistics Center (FLC), Norfolk, Virginia is seeking information on qualified and experienced sources for planning purposes in an effort to derive a contract vehicle that will provide IMT support services as detailed above. Historically, the level of support for this requirement has been approximately 20-25 full time equivalents (FTE). Due to the 24/7 availability requirements of the Information Systems in support of Navy Enterprise customers across the globe, overtime may be required as well as significant surges in level of support required. Contractor personnel must be U.S. Citizens, capable of achieving a DoD Secret Level security clearance, and fully trained/certified to baseline requirements to perform their Information Assurance (IA) duties. The policy defines IA workforce members as anyone with privileged information system access performing IA functions listed in Chapter 3 of DoD Directive 8570.1. The training, certification, and workforce management requirements of 8570.01-M apply to all members of the Department of Defense (DoD) IA workforce including military, civilians, local nationals, Non-appropriated fund (NAF) personnel, and contractors. Reponses to this Sources Sought request should reference N00189-13-R-240A and shall include the following information in this format: 1.Company name, address, point of contact name, phone number, fax number and email address. 2.Contractor and Government Entity (CAGE) Code. 3.If the items can be solicited from a GSA schedule, provide the GSA contract number. 4.Size of business - Large Business, Small Business, Small Disadvantage, 8(a), Hubzone, Woman-owned and/or Veteran-owned. 5.Capability statement displaying the contractor s ability to provide the minimum requirements of the IMT Support Services to include past performance information. If past performance information is provided, please include only relevant past performance on the same/similar work within the last 5 years. Please also include in past performance information the contract numbers, dollar value, and period of performance for each contract referenced in the response to this sources sought and detail how these contracts are similar in scope, complexity and magnitude to this requirement. 6.Capability statement detailing the contractor s ability to fulfill the facility requirements. 7.Ability to meet surge and overtime requirements. 8.Include any other supporting documentation. Documentation of technical expertise must be presented in sufficient detail for the Government to determine that your company possesses the necessary functional area expertise and experience to compete for this acquisition. Standard company brochures will not be reviewed. Submissions are not to exceed ten (10) typewritten pages in no less than 12 font size. Responses should be emailed to Mr. Greg Finke at William.g.finke@navy.mil by 4:00 PM EST on September 13, 2012. Again, this is not a request for a proposal. Respondents will not be notified of the results. Please note the information within this pre-solicitation synopsis will be updated and/or may change prior to an official synopsis/solicitation, if any is issued. Attachments: Attachment I SUBMEPP IMT Performance Work Statement (PWS) - Draft Attachment II Personnel Qualifications Draft
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSUP/N00189/N0018913R240A/listing.html)
 
Document(s)
Attachment
 
File Name: N0018913R240A_Sources_Sought_-_IMT_SUBMEPP.doc (https://www.neco.navy.mil/synopsis_file/N0018913R240A_Sources_Sought_-_IMT_SUBMEPP.doc)
Link: https://www.neco.navy.mil/synopsis_file/N0018913R240A_Sources_Sought_-_IMT_SUBMEPP.doc

 
File Name: N0018913R240A_SUBMEPP_IMT_Performance_Work_Statement_(PWS)_-_Draft.docx (https://www.neco.navy.mil/synopsis_file/N0018913R240A_SUBMEPP_IMT_Performance_Work_Statement_(PWS)_-_Draft.docx)
Link: https://www.neco.navy.mil/synopsis_file/N0018913R240A_SUBMEPP_IMT_Performance_Work_Statement_(PWS)_-_Draft.docx

 
File Name: N0018913R240A_Personnel_Qualifications_-_Draft.docx (https://www.neco.navy.mil/synopsis_file/N0018913R240A_Personnel_Qualifications_-_Draft.docx)
Link: https://www.neco.navy.mil/synopsis_file/N0018913R240A_Personnel_Qualifications_-_Draft.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN02868487-W 20120907/120906001207-6ae94fa08c002910170b0bae665422c1 (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.