Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 22, 2014 FBO #4473
SOLICITATION NOTICE

D -- The proposed contract action is for the operations, maintenance, and system administration of the current Program Budget Information system (PBIS).

Notice Date
2/20/2014
 
Notice Type
Presolicitation
 
NAICS
541511 — Custom Computer Programming Services
 
Contracting Office
N00189 NAVSUP Fleet Logistics Center Norfolk Philadelphia Office 700 Robbins Avenue, Building 2B Philadelphia, PA
 
ZIP Code
00000
 
Solicitation Number
N0018914CZ381
 
Response Due
3/10/2014
 
Archive Date
4/25/2014
 
Point of Contact
Shannon Mitchell 215-697-9671
 
Small Business Set-Aside
N/A
 
Description
The NAVSUP Fleet Logistics Center (FLC) Norfolk, Contracting Department, Philadelphia Office intends to acquire on a full and open competitive basis Operations, Maintenance and System administration services for the current Program Budget Information System (PBIS), as well as the development and implementation of new system enhancements/functionality to PBIS and the integration of PBIS with other functionally related systems. The required services will include maintenance and assurance of system compliance with all applicable federal, DOD, and DON information assurance and security requirements and the analysis and presentation of data derived from PBIS and other financial data sources, PBIS training, and business process engineering and re-engineering directly related to PBIS. PBIS operates on both the Unclassified and Classified Navy Marine Corps Intranet (NMCI) networks and is accredited by the Office of Designated Approving Authority (ODAA). It consists of a server complex at the Pentagon and a backup site at a secure location. PBIS uses an Oracle 11G database and a custom developed Graphical User Interface (GUI). All hardware and software that is provided to the contractor and maintained by the contractor as well as new software code that is created during the period of performance will be considered intellectual government property. The PBIS server is located in the Pentagon. The contractor will be required to have a facility within 25 miles of the Pentagon. The work to be performed under this contract is anticipated to be split between the contractor ™s facility and the Government site. Work to be done at the Government site will include providing user support, data analysis and presentation, database administration, software development, and operational support. The remaining tasks will be primarily supported at the contractor facility. Contractor personnel will require a minimum of a SECRET clearance as well as a current working knowledge of the Navy ™s NMCI and security requirements. The labor category System Administrator must have an active TOP SECRET security clearance. Travel will be required in support of this contract. A single Cost Plus Fixed Fee (CPFF) type contract is anticipated to be issued on a full and open competitive basis. The solicitation will be for a base period of performance beginning o/a 01 November 2014 through 31 October 2015 with four (4) one-year option periods. For planning purposes only, it is estimated that the requirement will require 153,600 man-hours of service over the life of the contract, if all options are exercised. Offerors shall be required to submit both cost and non-cost proposals. The Navy ™s evaluation of proposals will consider the offeror ™s non-cost proposal more important than the offeror ™s cost/price proposal. The applicable NAICS code is 541511. The size standard is $25.0M. The FSC is D307. All responsible sources may submit a proposal, which will be considered by the NAVSUP FLC Norfolk, Contracting Department, Philadelphia Office. Upon its release, the solicitation will be issued electronically via the Federal Business Opportunities website https://fbo.gov. Paper copies, faxed copies, or e-mail copies of the solicitation will not be provided. Interested parties are solely responsible for monitoring the above website for posting of the RFP and any amendments thereto. The Government will not pay for the information received. It is anticipated that the solicitation will be released on or about 22 April 2014. The closing date for the receipt of offers will be set forth in the RFP. Offerors must be registered in the System for Award Management (SAM) database to be considered for award. See www.sam.gov for further information and instructions. Further, offerors are required to go on-line to the Business Partner Network at http://orca.bpn.gov to complete their Online Representations and Certifications Application (ORCA) prior to submittal of a proposal. Any questions regarding this announcement should be submitted via email to Shannon.Mitchell@navy.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSUP/FISCDETPHILA/N0018914CZ381/listing.html)
 
Place of Performance
Address: 2000 Navy Pentagon, Washington, DC
Zip Code: 20350
 
Record
SN03292852-W 20140222/140220235052-7b031aed92f0decd36e0749161300810 (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.