Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 20, 2008 FBO #2246
SOURCES SOUGHT

R -- Information Sharing and Collaboration Support Services

Notice Date
10/26/2007
 
Notice Type
Sources Sought
 
NAICS
519190 — All Other Information Services
 
Contracting Office
Department of Homeland Security, Office of the Chief Procurement Officer, Office of Procurement Operations, Office of the Chief Procurement Officer, Washington, DC, 20528, UNITED STATES
 
ZIP Code
20528
 
Solicitation Number
HSHQDC-08-R-00013
 
Response Due
11/2/2007
 
Point of Contact
Shirley Turner, Contracting Officer, Phone 202-447-3708, Fax 202-447-3713
 
E-Mail Address
shirley.turner@dhs.gov
 
Small Business Set-Aside
8a Competitive
 
Description
The Department of Homeland Security (DHS) is seeking qualified Small Business 8(a) firms to provide subject matter expertise for professional information sharing and collaboration support services to the DHS, Office of Intelligence and Analysis (I&A), Information Sharing and Knowledge Management Division (IM), Information Sharing & Collaboration Branch (IS&C). DHS intends to award a Time and Materials contract for a base period of one (1) year and up to four (4) one-year option periods, beginning mid FY08. Statement of Work: Countering threats to the homeland requires the integration of information analyses and intelligence support services provided by DHS?s Office of Intelligence and Analysis. The IM plays an essential role in facilitating the development of an integrated DHS where required information flows without barriers and this enterprise view is consistently communicated to external stakeholders. To meet this vision, the IM champions information users? needs, facilitates decision-making activities, assists components in meeting policy requirements, enables business process improvements, and coordinates information activities for DHS and its information-sharing stakeholders. The IM is responsible for leading DHS-wide efforts to improve information sharing policy and processes, to foster a culture of information sharing, and to gather user requirements to be provided to those responsible for information technology. In creating a structured environment where the DHS can make enterprise-wide fact-based decisions on sharing information to drive outcomes that enhance mission execution, the contractor will place the right people in positions supporting the SOW tasks. The Government estimates that a minimum of 30 FTE contractor personnel and a maximum of 66 FTE contractor personnel are required. The technical tasks of this proposed contractor support include subject matter expertise on the following areas: ? Information Sharing and Collaboration Branch Support ? Information Sharing Requirements Support ? Information Sharing Guidance Support ? Information Sharing Outcomes Support ? Information Sharing Outreach Support ? Integrated Information Sharing Analyses Support The principal place of performance for work under this contract shall be at a contractor supplied facility located in close proximity to the Nebraska Avenue Complex, Washington, DC 20016. Close proximity is needed to support daily meetings and interaction with DHS Headquarters management and staff. Approximately 30% of the FTE personnel will require TS/SCI clearances with the remainder of the FTE personnel cleared at the Secret level or be suitable to obtain a Secret security clearance. The purpose of this Sources Sought Notice is to gain knowledge of interested and qualified 8(a) Small Businesses with experience in the aforementioned disciplines and is only for informational and planning purposes. This is not a solicitation. This notice does not constitute a Request for Proposal, nor does it restrict the Government as to the ultimate acquisition approach, nor should it be construed as a commitment by the Government. The Government will not reimburse any costs for providing information, documentation, and or data submitted or preparation costs for submittals in response to this notice. Capabilities Statement Submittal A statement of capabilities not to exceed 3 pages is requested from all Small Business 8(a) firms interested in performing the work described above for DHS: 1. Overview description of your company?s capabilities a. IT capabilities (Information Sharing environment) b. Intelligence Analysis (Intelligence Community environment) c. Program Management 2. Statement demonstrating company capability to field up to 66 FTEs per year in direct support of the above described effort. 3. Summary of not more than three contracts for the same or similar effort your firm is currently performing or has completed within the last three years. a. Contract number, customer, period of performance, award amount, contract type (commercial or government), brief description of effort, number of personnel provided by your firm. b. Performance Evaluations, if available, (not subject to 3 page limit). Responses to the notice will not be returned. Respondents will not be notified of the result of the review. Please submit all responses to this notice via e-mail by 11:00 AM, EDT November 2, 2007 to: Shirley.turner@dhs.gov NOTE: THIS NOTICE MAY HAVE POSTED ON FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (26-OCT-2007). IT ACTUALLY APPEARED OR REAPPEARED ON THE FEDBIZOPPS SYSTEM ON 18-JAN-2008, BUT REAPPEARED IN THE FTP FEED FOR THIS POSTING DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.fbo.gov/spg/DHS/OCPO/DHS-OCPO/HSHQDC-08-R-00013/listing.html)
 
Place of Performance
Address: Nebraska Avenue Complex Washington, DC
Zip Code: 20016
Country: UNITED STATES
 
Record
SN01489122-F 20080120/080118231235 (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.