Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 24, 2017 FBO #5572
SOLICITATION NOTICE

D -- Information Technology Support Services 5 (ITSS-5) - Package #1

Notice Date
2/22/2017
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541512 — Computer Systems Design Services
 
Contracting Office
Department of Justice, Offices/Boards/Divisions, Procurement Services Staff (PSS), Two Constitution Square, 145 N Street, N.E., Suite 8E.300, Washington, District of Columbia, 20530, United States
 
ZIP Code
20530
 
Solicitation Number
DJJP-17-RFP-1022
 
Archive Date
4/7/2017
 
Point of Contact
Doug Wooldridge, Phone: 202-514-3284, Connie H Simmons, Phone: 2023071988
 
E-Mail Address
Douglas.M.Wooldridge@usdoj.gov, connie.h.simmons@usdoj.gov
(Douglas.M.Wooldridge@usdoj.gov, connie.h.simmons@usdoj.gov)
 
Small Business Set-Aside
Partial Small Business
 
Description
ITSS-5 Security Of Department Information and Systems ITSS-5 Offeror Questions on RFP Form ITSS-5 Task Order Administration Plan ITSS-5 Contractor Performance Evaluation Questionnaire ITSS-5 Small Business Subcontracting Plan ITSS-5 DOJ Standards of Conduct & Confidentiality Agreement ITSS-5 DOJ Specified Labor Categories ITSS-5 Pricing Tables ITSS-5 Solicitation The United States Department of Justice (DOJ) has a requirement for Information Technology (IT) Support Services covering the complete systems development lifecycle (SDLC) of the Department's IT systems. This includes IT Planning, Program Management, Systems Engineering and Development, Infrastructure Support, IT Security, Operations and Maintenance, and other IT related services. While the variety and scope of services that will be required is known, the specific tasks to be ordered over the coming years, and their distribution across the SDLC, are not clear. The continuing emergence and rapid adoption of new technologies by Government agencies strongly suggest that the very nature of IT support services tasks will not necessarily resemble that of prior years. Large-scale systems integration acquisitions, new applications within DOJ component organizations, and the integration of and modifications to current systems, which may include transmission into a cloud environment, will have significant impacts on future development efforts in DOJ agencies. The Department anticipates that the ITSS-5 contracts will be used to provide IT services that: go beyond sustaining and expanding use of current hardware, operating systems and software; will increase business effectiveness and automation through the effective use and adoption of systems by leveraging new technologies and applications, best practices, and software; create new applications and introduce new technologies as they emerge; provide expert assistance in configuring and managing computer hardware, software and networks, in training users, and in improving systems and network security; will facilitate business change and flexibility by architecting, designing, and developing solutions that enable the rapid realization of new or changed requirements; will protect the business by ensuring that systems, applications, data and practices are secure; and will measure and continually improve customer service and satisfaction. This is a combined synopsis/solicitation for commercial items/services prepared in accordance with the format in Subpart 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The Government intends to award a total of approximately 12 IDIQ contracts under two separate tracks: an unrestricted track and a Service Disabled Veteran Owned Small Business (SDVOSB) track. Approximately 6 contracts will be awarded under each track. The date and time set for receipt of industry questions and the date and time set for receipt of proposals is specified at RFP Section 24.3.3(b) and 24.3.3(c).
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOJ/JMD/PSS/DJJP-17-RFP-1022/listing.html)
 
Place of Performance
Address: Various locations in the Washington, DC Metropolitan Area, Washington, District of Columbia, 20530, United States
Zip Code: 20530
 
Record
SN04411146-W 20170224/170222235422-f8ef78df9390f8f9c3373aefd2898664 (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.