Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 12, 2005 FBO #1174
MODIFICATION

D -- Information System Support Services, Highly Classified

Notice Date
2/10/2005
 
Notice Type
Modification
 
NAICS
541511 — Custom Computer Programming Services
 
Contracting Office
DHS - Direct Reports, United States Coast Guard (USCG), Commander (fcp), USCG Maintenance and Logistics Command - Pacific, Coast Guard Island Building 54A, Alameda, CA, 94501-5100
 
ZIP Code
94501-5100
 
Solicitation Number
HSCG8905R6PT007
 
Response Due
2/18/2005
 
Archive Date
3/5/2005
 
Point of Contact
Mary Myers, Contract Specialist, Phone 510/437-3844, Fax 510/437-3014, - Janet Weaver, Supv Contract Specialist, Phone 510/437-3010, Fax 510/437-3014,
 
E-Mail Address
mmyers@d11.uscg.mil, jweaver@d11.uscg.mil
 
Small Business Set-Aside
Service-Disabled Veteran-Owned
 
Description
PACAREA, Alameda, CA Highly Classified Information System Support Services NOTICE TO POTENTIAL OFFERORS: THE SOLICITATION RELEASE DATE WILL BE DELAYED UNTIL APPROXIMATELY FEBRUARY 18, 2005. THE START DATE WILL REMAIN THE SAME. PREVIOUSLY THE NAICS STANDARD HAS BEEN CORRECTED TO $21M, THERE ARE NO OTHER CHANGES TO SYNOPISIS. QUESTIONS AND ANSWERS FOLLOW. QUESTION #1: Will the statement of work be classified? If so, to what level? If so, will it require the proposal to be classified? Are the end users? and offices supported by this network strictly USCG? ANSWER: THE STATEMENT OF WORK AND THE PROPOSAL WILL BE UNCLASSIFIED. THE SOLICITIATION WILL INCLUDE THE END USER INFORMATION. QUESTION #2: Is the NAICS standard $21M. ANSWER: YES, THE NAICS STANDARD IS $21M. QUESTION #3: Can you give me an idea of what is the total Level of Effort needed for this work. ANSWER: THE LEVEL OF EFFORT WILL BE IN THE SOLICITATION. QUESTION #4: Does this mean they have already procured the systems for Anti-Terrorism and are just looking for support services, or are they also looking to purchase these systems still? ANSWER: SUPPORT SERVICES ONLY. QUESTION #5: The synopsis indicated individuals are required to have TS-SCI to do the work beginning April 1, 2005. Since this level of clearance is so difficult to obtain, will we be able to start with individuals with this clearance on an interim basis until we can get the necessary clearance for those who will work it on a permanent basis? ANSWER: AS STATED IN THE SYNOPSIS, CONTRACTOR MUST ALREADY POSSESS TS/SCI CLEARANCE. QUESTION #6: I'm wondering if this is a new requirement or if there is an incumbent contractor. Also how many people do you anticipate for this requirement? ANSWER: THIS IS A FIRST TIME BUY FOR THE U.S. COAST GUARD. THE NUMBER OF PEOPLE WILL BE LEFT UP TO THE CONTRACTOR. QUESTION #7: We respectfully request being placed on your bid list and look forward to participating in your bidding process. ANSWER: THE U.S. COAST GUARD DOES NOT HAVE A ?BID LIST?. QUESTION #8: What is the anticipated staffing level? Is this requirement 24/7 or 8 hours per day 5 days per week? ANSWER: THIS INFORMATION WILL BE POSTED IN THE SOLICITATION. QUESTION #9: Would there be a problem with contractor subbing out some portions of the contract? Would contractor's "Teaming" with a non Disabled owned firm prevent contract award? ANSWER: CONTACT THE SMALL BUSINESS ASSOCIATION TO CONFIRM THAT YOUR BUSINESS ARRANGEMENT WILL QUAILFY UNDER THE SERVICE DISABLED VETERAN OWNED SMALL BUSINESS PROGRAM. QUESTION #10: I can see that this contract is currently set aside for Service Disabled Veteran Owned Businesses however I wish to know if you do not obtain sufficient responses from this category if you would be willing to open the contract up to Woman Owned Minority, SDB certified small business? ANSWER: ADEQUATE COMPETITION FOR SERVICE DISABLE VETERAN OWNED SMALL BUSINESS HAS ALREADY BEEN ESTABLISHED FOR THIS SOLICITATION. QUESTION #11: We would like to have the incumbent's POC's name and phone and email, if possible. ANSWER: UNAVAILABLE, AS THIS IS A FIRST TIME BUY FOR THE U.S. COAST GUARD. PREVIOUSLY POSTED SYNOPSIS FOLLOWS. THE SOLICITATION RELEASE DATE WILL BE DELAYED UNTIL APPROXIMATELY FEBRUARY 18, 2005. THE START DATE WILL REMAIN THE SAME. PREVIOUSLY THE NAICS STANDARD HAS BEEN CORRECTED TO $21M, THERE ARE NO OTHER CHANGES TO SYNOPISIS. The U.S. Coast Guard intends to procure support services for highly classified Information Systems used for Anti-Terrorism & Force Protection; Counter Drug Operations; Alien/Migrant Interdiction; Maritime Law Enforcement; U.S. Exclusive Economic Zone; Living Marine Recourses; Search and Rescue. Contractor will be responsible for servicing Military Communications Systems, including cryptographic equipment for approximately twenty (20) Computer Work Stations; five (5) Servers, and five (5) Printers, for both hard and software. Operation is limited to Coast Guard Island, Alameda, California with occasional trips to San Diego, CA and Seattle, WA. The period of performance will be one base year, beginning on 1 April 2005 through 31 March 2006, with four one-year options. All contractor employees MUST already possess an SCI-TS clearance, as work will start immediately, and SCI-TS clearance takes a minimum of 12 months. Due to the classified nature of this contract, there will NOT be a site visit. All requirements for this contract will be detailed in the solicitation. Award will be made on best value to the Government. The Information Systems Support Services will be acquired under the authority of FAR Part 12, Acquisitions of Commercial Items. This solicitation is a Small Business, Service Disabled Veteran Set Aside. The NAICS Code is 541511. The size standard is $2,250,000.00. Any correspondence concerning this acquisition shall reference Request for Proposal (RFP) Number HSCG89-05-R-6PT007. The solicitation will be issued via the electronic Posting System at www.eps.gov on or about January 28, 2005 with a planned closing date of February 18, 2005. Telephone, written and Email requests for the solicitation package will not be accepted. Amendments to the RFP will also be provided on the Internet using the same protocol listed above. There is no previous contract with the United States Coast Guard for these services. Thus there are no documents available. For questions contact Mary Myers, Contract Specialist, 510-437-3844 or Email: mmyers@d11.uscg.mil.
 
Place of Performance
Address: Commander (PT), Coast Guard Pacific Area, Coast Guard Island, Bldg 50-5, Alameda, CA
Zip Code: 94501
Country: USA
 
Record
SN00748933-W 20050212/050210211526 (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.