Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 04, 2002 FBO #0153
SOURCES SOUGHT

D -- Information Technology Support Services

Notice Date
5/2/2002
 
Notice Type
Sources Sought
 
Contracting Office
Attn: Department of Veterans Affairs Austin Automation Center, (316), 1615 Woodward Street, Austin, Texas 78772
 
ZIP Code
78772
 
Solicitation Number
797-02-08
 
Response Due
6/14/2002
 
Point of Contact
Contracting Officer - Joseph Langenderfer, Contracting Officer, null
 
E-Mail Address
Email your questions to Joseph Langenderfer
(joseph.langenderfer@mail.va.gov)
 
Description
NA This is not a Notice of Solicitation. The purpose of this announcement is to advise industry of a possible requirement currently being considered by the Department of Veterans Affairs (VA). BACKGROUND ? The VA Austin Automation Center (AAC), operates under authority of the Government Management Reform Act (GMRA), Public Law 103-356, dated 23 Oct 1994, as an Enterprise Center within the VA?s Franchise Fund. Under the Franchise Fund, the AAC provides acquisition/contracting support for information technology (IT) and telecommunications requirements to VA customers, as well as to other Federal Agencies. REQUIREMENTS ? We are anticipating the need to establish additional contract capacity for IT support services for both VA and non-VA customers. The support we anticipate includes, but is not limited to the following functional areas: 1) Installation, operations, maintenance and troubleshooting of computer network infrastructures, servers, storage devices and associated equipment; 2) mainframe processing support; 3) LAN/WAN implementation and integration; 4) information system security; 5) help desk support; 6) configuration control; 7) web design, development, installation, maintenance and update; 8) programming and system design; 9) telecommunication, connectivity and installation 10) independent validation and verification of developed modifications or enhancements to existing equipment or software; 11) input/output application database design; 12) technology refreshments/configuration reviews; 13) contingency operations implementation to include back-up power and mirrored site operations; 14) operate and maintain file/print services; 15) prototype design and implementation; 16) Computer systems facilities management and maintenance; 17) report processing; 18) strategic IT planning and assessment; 19) electronic commerce support; and 20) Software application design, development, and maintenance at all phases of the software life cycle. We are unable to provide detailed information regarding the myriad of technical environments within which the above services may be required since this information will be customer specific. Our goal is to establish a series of flexible, quick-reaction contract vehicles with firms that possess a high level of IT service capability at affordable prices and with favorable terms for our potential customers. POSSIBLE CONTRACT CONSIDERATIONS - We are considering conducting a competitive acquisition using the procedures delineated in FAR Part 15, leading to award of multiple indefinite delivery/indefinite quantity (ID/IQ) contracts where orders can be rapidly placed as they generate in the above functional areas. For planning purposes, up to ten (10) contract awards are contemplated with individual ceiling amounts of $100 million over a 60-month contract life. Specific requirements would be ordered as customers? needs arise either on a firm fixed-price, time and material or labor hour basis, depending on the nature of the work. The task orders may involve providing incidental hardware and software to complete the work where appropriate. Task orders would be awarded in accordance with the procedures in FAR 16.505. Work may be on-site at any government location or at a contractor facility. The work is expected to involve secure networks, facilities and sensitive information; therefore stringent security requirements will be a part of any solicitation. In addition, some or all Conflict of Interest (COI) provisions described in FAR 9.5 are expected to apply to this acquisition. We are exploring the possibility of obtaining approval to issue these contracts as Government Wide Agency Contacts (GWAC). If approval is granted, contractors will be responsible for accounting/reporting and remitting service fees to the AAC. In summary, we are seeking highly qualified and competent IT firms to ?partner? with the VA in a mutually beneficial relationship. Although future IT requirements within the Federal Government are unknown, we anticipate our contractors? ability to deliver high quality support on time and at favorable prices will make these contract vehicles attractive to potential customers and therefore, extremely active. The ability to market to other agencies will play an important role in the volume of work ultimately ordered on these contracts. Note: The North American Industrial Classification System (NAICS) code for this acquisition is 513310 and the business size is 1500 employees. ROAD AHEAD ? We are in the preliminary stages of developing an acquisition strategy. We anticipate conducting an industry conference in the May/June 2002 timeframe in the Austin area. More information on this conference will be forthcoming as the situation develops. To help us determine industry interest, capability and whether some of the proposed contracts can potentially be set-aside for small business concerns, interested firms are asked to submit a brief Capability Statement. Respondents are asked to provide the following information: 1) Business status (i.e. woman-owned, minority owned, Native American, Services Disabled-Veteran owned, Hubzone, 8(a), Small Business or Large Business) in the NAICS code of 513310; 2) Overview of your technical capabilities in each of the above stated functional areas; 3) Description of relevant past 5 years of experience with each of the functional areas including the magnitude, complexity and criticality (i.e. number of users, equipment configurations, secure environments and multiple job locations, etc. without experiencing a contractor caused cost overrun); 4) Program Management to include ability to manage multiple tasks in a variety of different functional areas, working environments, locations and durations; how you plan to acquire and retain the necessary labor resources; your approach in establishing teaming/subcontracting arrangements for acquiring labor resources and to rapidly obtain incidental equipment; and your ability to meet schedules while assuring quality performance; and 5) A description of your firm?s implementation of the requirements of Section 508 of the Rehabilitation Act of 1973, as amended in 1998. Capability statements should be limited to 35 pages and submitted by 14 June 2002 to VA Austin Automation Center, Attention: Joseph Langenderfer ? Mail Stop 316, 1615 Woodward Street, Austin, TX 78772. Address all technical and contract questions to Joseph Langenderfer, email address: Joseph.Langenderfer@mail.va.gov . This announcement is based upon the best information available, may be subject to future modification, is not a request for proposal and in no way commits the Government to award of a contract or any other action.
 
Web Link
RFI 797-02-08
(http://www.bos.oamm.va.gov/solicitation?number=797-02-08)
 
Record
SN00070254-W 20020504/020502213131 (fbodaily.com)
 
Source
FedBizOpps.gov 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.