Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 20, 2014 FBO #4499
SOLICITATION NOTICE

D -- Enhanced Solutions for the Information Technology Enterprise (E-SITE) - Package #1

Notice Date
3/18/2014
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541519 — Other Computer Related Services
 
Contracting Office
Other Defense Agencies, Virginia Contracting Activity, Virginia Contracting Activity (ZD50), 200 MacDill Boulevard, Post Office Box 46563, Washington, District of Columbia, 20035-6563
 
ZIP Code
20035-6563
 
Solicitation Number
HHM402-14-R-0002
 
Point of Contact
Esther L. Woods, , Scott Goss,
 
E-Mail Address
esther.woods@dodiis.mil, Scott.Goss@dodiis.mil
(esther.woods@dodiis.mil, Scott.Goss@dodiis.mil)
 
Small Business Set-Aside
N/A
 
Description
E-SITE Solicitation HHM402-14-R-0002 - Attachment 7 - DCAA Pre-Award Survey E-SITE Solicitation HHM402-14-R-0002 - Attachment 6 - Acronyms List E-SITE Solicitation HHM402-14-R-0002 - Attachment 5 - Past Performance Evaluation Form E-SITE Solicitation HHM402-14-R-0002 - Attachment 4 - Past Performance Template E-SITE Solicitation HHM402-14-R-0002 - Attachment 3 - Draft DD254 E-SITE Solicitation HHM402-14-R-0002 - Attachment 2 - Pricing Spreadsheet E-SITE Solicitation HHM402-14-R-0002 - Attachment 1 - Labor Categories E-SITE Solicitation HHM402-14-R-0002 - SF-33 Enhanced Solutions for the Information Technology Enterprise (E-SITE) This Fed Biz Opps. (FBO) posting is the official issuance of solicitation HHM402-14-R-0002 for the Enhanced Solutions for the Information Technology Enterprise (E-SITE) procurement, number HHM402-14-R-0002, and is published in accordance with FAR 15.202. The proposed contract type is Multiple Award, Indefinite Delivery/Indefinite Quantity (IDIQ) for various professional IT services with TS/SCI cleared personnel. The North American Industry Classification Code is 541519. It is the responsibility of the prospective contractors to be familiar with the applicable clauses and provisions. The E-SITE contract will provide worldwide coverage for IT requirements and technical support services supporting the Government through system design, development, fielding, and sustainment of global intelligence and command and control (C2) assets vital to the security of the United States. The government anticipates multiple contract awards to both large and small business concerns. The ordering period of the multiple awards is for a base and four option years. The overall E-SITE Program ceiling is $6.00B. The purpose of the E-SITE contract is to satisfy the information technology (IT) requirements for the Department of Defense (DoD) Intelligence Community, and would allow for external ordering of IT services by other Intelligence Community Partners. The Virginia Contracting Activity (VACA) recognizes that no single contractor may be capable of providing the full range of goods and services called for under this contract. Therefore, the VACA encourages, where appropriate, the teaming of contractors and vendors. Although this solicitation is unrestricted, in order to be considered compliant with this solicitation, large business offerors shall include small businesses as team members, to include partnerships and mentor-protégé arrangements. Small business subcontractor participation will also be reportable on an annual basis to ensure goals are being met. Past Performance will reflect the primes' capability to meet goals and provide real opportunities for their small business partners. Small business prime awards are envisioned as well. Pursuant to FAR Parts 15 and 16.5, VACA anticipates the award of multiple Indefinite Delivery/Indefinite Quantity (IDIQ) contracts to support the E-SITE requirement. The Government intends to make multiple awards resulting from this solicitation to responsible offerors whose offers, conforming to the solicitation, will be the best value to the Government. COMMENTS AND QUESTIONS: All comments and questions must be submitted IN WRITING via the Intelligence Community Acquisition Research Center (IC-ARC) website at https://arc.westfields.net/. All interested parties must create a new account, or log-in to an existing account, to submit comments or questions. Please follow directions on the IC-ARC website to submit any comments and/or questions. Phone calls will not be taken by the Contracting Officer or the Contract Specialist on this solicitation. All correspondence must be in writing. Do NOT submit questions or comments to E-SITE@dodiis.mil. They will not be answered. Do NOT submit questions or comments to esther.woods@dodiis.mil or to scott.goss@dodiis.mil. They will not be answered. The ONLY venue for submitting questions and answers is https://arc.westfields.net. Vendors are cautioned that the Government will stop taking questions at 1700 EST, Tuesday, 29 April 2014. Vendors are encouraged to submit their questions and comments early. Vendors are warned that Fed Biz Opps is the ONLY source for information regarding the E-SITE solicitation. Third party subscription services may have inaccurate information and should not be trusted upon for official information. Vendors must be registered in the System for Award Management (SAM) prior to the award of any contract. You may register at www.sam.gov. The Contractor shall be responsible for knowledge of and compliance with all applicable federal information technology and information management laws, regulations, policies and standards at the government-wide level. These can be primarily found at or through the Federal CIO Council website at: http://www.cio.gov. Future Events are as follows: - Proposal Volumes II, III, and IV are due on Thursday or Friday, 17/18 April 2014. - Proposal Volumes I, V, and the Executive Summary are due on Thursday or Friday, 15/16 May 2014. ATTACHMENTS: Standard Form (SF) 33 - Solicitation HHM402-14-R-0002 *E-SITE Attachment 1 - Labor Categories *E-SITE Attachment 2 - Pricing Spreadsheet (Microsoft Excel file) *E-SITE Attachment 3 - Draft DD254 *E-SITE Attachment 4 - Past Performance Template *E-SITE Attachment 5 - Past Performance Evaluation Form *E-SITE Attachment 6 - Acronyms List *E-SITE Attachment 7 - DCAA Pre-Award Survey
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/ODA/DIA/ZD50/HHM402-14-R-0002/listing.html)
 
Record
SN03313270-W 20140320/140318234649-4bc056848d2cbdcc6921860f14c9158b (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.