SOLICITATION NOTICE
D -- DSS Portfolio Management IT Support Services
- Notice Date
- 3/6/2015
- Notice Type
- Presolicitation
- NAICS
- 541511
— Custom Computer Programming Services
- Contracting Office
- Defense Logistics Agency, DLA Acquisition Locations, DLA Distribution, J Avenue, DDC J7-AB, Bldg 404, New Cumberland, Pennsylvania, 17070-5001, United States
- ZIP Code
- 17070-5001
- Solicitation Number
- SP3300-15-R-5007
- Point of Contact
- Jada Weaver, Phone: 7177704378
- E-Mail Address
-
jada.weaver@dla.mil
(jada.weaver@dla.mil)
- Small Business Set-Aside
- Competitive 8(a)
- Description
- Defense Logistics Agency (DLA) Distribution requires a contractor(s) to provide DSS Portfolio Management with all management, personnel, supervision, and services to provide Software Engineering system support in the development and maintenance of the DLA Distribution Support Systems. The requirement will be advertised under solicitation SP3300-15-R-5007. The primary mission of the contractor(s) is to design, code, test and integrate requirements into DSS Portfolio Management Operations and supported systems; provide expertise to DLA for general and specific activities related to software development and maintenance, data administration, application functionality, configuration management, software process improvement, information assurance, and IT support infrastructure; and coordinate and implement system software changes at various operational sites. The estimated period of performance for this requirement is as follows: YEAR PERIOD OF PERFORMANCE Base Year* 26 August 2015 - 25 August 2016 Option Year 1 26 August 2016 - 25 August 2017 Option Year 2 26 August 2017 - 25 August 2018 Option Year 3 26 August 2018 - 25 August 2019 *Includes a one-month phase-in period The government intends to award a single award indefinite delivery indefinite quantity (IDIQ) contract for a one-year base period (inclusive of a one-month phase-in period) and 3 one-year option periods for the system support services referenced above. The majority of the performance will take place in New Cumberland, PA and Ogden, UT. This requirement will be solicited a 100 percent 8(a) set aside, pursuant to a full and open competition after exclusion of sources under FAR Parts 12 and 15. It is anticipated that contract award will be made in July 2015. DLA Distribution is seeking offerors to perform the above functions which will be evaluated utilizing Lowest Price Technically Acceptable source selection procedures. It is anticipated that the resultant contracts' pricing arrangement will consist of a Firm Fixed Price (FFP) for labor and Cost Reimbursement (CR) for Other Direct Costs. The NAICS code and Size Standard are 541511 and $27.5 million, respectively. All documents related to this notice will be posted to the Federal Business Opportunities website. Prospective offerors are cautioned concerning their responsibility to access the website for any amendments/modifications and/or solicitation postings related to this pre-solicitation notice. There will be no advance notification of amendment/modification/solicitation issuance. Prospective offerors are advised to consult the website frequently to check for the issuance of amendments/modifications and/or solicitations.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DLA/J3/DDC/SP3300-15-R-5007/listing.html)
- Place of Performance
- Address: More information to be provided with the Performance Work Statement (PWS), when posted. A majority of the work performed will be in Ogden, UT and New Cumberland, PA., United States
- Record
- SN03660737-W 20150308/150306234926-5f847e5405eee9f7e92712f6fbb4435b (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 |