SPECIAL NOTICE
R -- Intent to Sole Source RMD CDS Support Services
- Notice Date
- 12/1/2022 6:27:37 AM
- Notice Type
- Special Notice
- NAICS
- 541519
— Other Computer Related Services
- Contracting Office
- MITIGATION SECTION(MIT60) WASHINGTON DC 20472 USA
- ZIP Code
- 20472
- Solicitation Number
- ISS_70FA6023R00000009
- Response Due
- 12/12/2022 2:00:00 PM
- Point of Contact
- Heidi Crawley
- E-Mail Address
-
heidi.crawley@fema.dhs.gov
(heidi.crawley@fema.dhs.gov)
- Description
- Intent to Sole Source Requirement This Notice of Intent to Award a Sole Source contract is conducted in accordance with Federal Acquisition Regulation (FAR) Part 6, Competition Requirements, specifically FAR 6.302-1, Only one responsible source and no other supplies or services will satisfy agency requirements. The Department of Homeland Security/Federal Emergency Management Agency (DHS/FEMA) Risk Management Directorate (RMD) intends to negotiate on a sole source basis (IAW FAR 6) with IBM, 6710 Rockledge Drive, Bethesda, MD 20817 as the only responsible source that can provide necessary services: The incumbent contractor, IBM is the only known source holding an Authority to Operate (ATO), that can provide the required services without a prolonged transition period and phase-in support. DHS/FEMA intends to issue a non-competitive award that will result in a base period from date of award through 6 months, and three 6-month option periods for renewal at the discretion of the government for a total of two years of service.� The intended procurement will be classified under North American Industry Classification System (NAICS) 541519 other computer related services with a Small Business Size Standard of $30 Million.� The scope of this proposed interim contract includes uninterrupted critical Service & Engineering (SE) and Program and Project Management (PM) services (Planning, Requirements Definition, Configuration Management (CM), Design, Development, Integration, System Integration Testing, Implementation, Operations and Maintenance, and Disposition) for incremental changes to Risk Management IT systems, applications, datasets, and infrastructure applicable to Objective 4, to continue delivering uninterrupted fully operational capability. �Continuity of Operations as follow:� Customer & Data Services � Operations & Maintenance Program Management o Change Management and Outreach Business Operations/Architecture � Solution Engineering and Architecture Letter of Map Change (LOMC) Clearinghouse� IT Systems/Services - Operations and Maintenance (Change Requests and Defect Request) IT Hosting o NFHL Data Management Map Service Center/Engineering Library FEMA Map Information Exchange (FMIX) Contact Center System and Application Transition of cloud service environments and follow-on contract requirements fulfillment Migration Support (Note: Some tasks will be shared with incoming contractor) Perform Initial Planning, Mobilization, Solution Engineering, and Support ATO Planning Establish temporary connection from IBM to new development, test, and production environments�� Continue migration of data and resources from Allegany Ballistics Lab (ABL) to �a government owned hosting environment. Perform business and technical knowledge transfer of systems, architecture, operations, network, hosting, security, data validation, and testing Determine Architecture Design and Service Delivery Model� Determine impact of new architecture on existing applications/middleware and SOPs Create detailed migration and GFE implementation plan including cutover Build out new environments & validate Reconfigure systems for new environment Rearchitect for cloud-ready environment Create or update system administration and security documentation required for the SELC and authority to operate Test & validate target applications to help obtain authority to operate (ATO) Execute cutover Transition Plan to decommission old environments and sanitize non-GFE This notice of intent is not a request for competitive proposals and no solicitation document exists for this requirement.� All parties interested in responding to this notice shall submit: 1) Information on the proposed services which clearly supports the requirements outlined; 2) fully explain your capabilities and qualifications by submitting a detailed capability statement.� The capability statement shall clearly demonstrate the that the offeror possesses a current Authority to Operate (ATO) for the proposed system within 10 calendar days from the date of this notice with all technical data, including cost, sufficient to determine capability in providing the same services.� All capability statements received by closing of this notification of this synopsis will be considered by the Government.� Submissions after the deadline will not be considered.� A determination by the Government not to compete based on responses to this notice is solely within the discretion of the Government.� Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement.� Telephone or facsimile requests for information will not be considered.� Capability statements shall be limited to 5 single sided pages (12 point font).� Pages beyond 5 will not be reviewed. Submit email capability statements (using PDF, MS Word, Excel attachments) to Ms. Heidi Crawley, Contract Specialist.� Email: heidi.crawley@fema.dhs.gov.� No Faxed statements will be accepted.� Statements are due no later than 5:00 P.M. EST on 12 Dec 2022.� All Contractors doing business with the Federal Government must be registered in the System for Award Management (SAM) database.� Registration is free and can be found online at https://www.sam.gov/portal/public/SAM/
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/34e02b49b16642529d940c147a1703b0/view)
- Record
- SN06532272-F 20221203/221201230100 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |