Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 11, 2008 FBO #2328
DOCUMENT

R -- Information Technology and Telecom Support Services - Modification 2

Notice Date
4/9/2008
 
Notice Type
Modification 2
 
NAICS
541513 — Computer Facilities Management Services
 
Contracting Office
Defense Logistics Agency, Acquisition Management, Defense Distribution Center, 2001 Mission Drive DDC CSS-AB, Bldg 404, New Cumberland, PA, 17070-5001, UNITED STATES
 
ZIP Code
17070-5001
 
Solicitation Number
SP3100-08-R-0016
 
Response Due
4/17/2008
 
Archive Date
6/2/2008
 
Point of Contact
Joline A McDonald,, , Meg M Ross, Phone: 717 770-6611
 
E-Mail Address
joline.mcdonald@dla.mil, margaret.ross@dla.mil
 
Small Business Set-Aside
Total Small Business
 
Description
The Defense Distribution Center, Defense Distribution Depot Susquehanna (DDSP), New Cumberland and Mechanicsburg, PA has a requirement for Information Technology(IT) and Telecom contractual services for on-site hardware, software, help desk, and technical support for 2,700 employees and responding to approximately 2,500 trouble calls per month. DDSP will ensure that all IT equipment, to include network servers/hardware, government workstations, printers, portable computers, and other miscellaneous IT equipment are functioning at all times to support DDSP mission requirements. Installation, maintenance and troubleshooting support shall be required for approximately 1,400 workstations, 1,000 printers and 5,000 peripheral and IT related pieces of equipment to include CD/DVD ROM reader /writers, controllers, antennas, Ethernet cards, hubs, modems, media converters, monitors, keyboards, print servers, plotters, scanners, wedges, zip drives, wireless bridges, RF network controllers, RF access points, RF handheld units, RF vehicle-mounted units, digital cameras, and LCD Boards. In addition, this PWS requires contractor support for network/ telecommunications support to include: enhancement integration, maintenance, documentation, and training for the local area network (LAN). Provide support for secure and non-secure LAN architecture and infrastructure, including interfaces with other Defense Logistics Agency (DLA) and Department of Defense (DoD) networks. Telecommunications support to include all data and voice telecommunications projects and initiatives. These objectives include identification, recommendation, enhancement, facilitation, and maintenance of network server components. Work environment is in typical office settings, a server room and multiple distribution warehouse production buildings. Work may require utilization of man-lifts for access to IT equipment mounted at higher elevations (up to 65 feet). Work may be dirty in nature for warehouses with limited environmental controls for temperature and humidity. Geographical area for work to be completed covers two sites, within an approximate 15 mile radius. Government vehicles will be provided. The contractor is responsible for securing liability insurance to cover employees who will be driving the government vehicles. Contract period is anticipated to be from June 1, 2008, through May 31, 2009, with two (2) option year periods. This acquisition shall be set-aside for small businesses. The North American Industry Classification System (NAICS) code for this effort is 541513. To receive an award resulting from solicitations issued after May 31, 1998, your company must be registered in the Central Contractor Registration (CCR) database. Contractors may obtain information on registration and annual confirmation requirements by calling 1-888-227-2423 or via the Internet at http://www.ccr.gov. The Government intends to award a contract resulting from this solicitation to the responsible offeror using the Best Value/Trade-off Source Selection Process. The solicitation will provide the evaluation factors for award. Failure to submit all the information requested by the solicitation may result in the proposal being eliminated from consideration for award. At a minimum, all prospective offerors shall be required to submit with their proposal the following information: Narrative and supporting documentation indicating the meeting of all requirements stated in the Non-Price Evaluation Factors: Management and Staffing, Quality Control Plan, Corporate Experience, Past Performance Record. The Management and Staffing and Past Performance Record factors have subfactors. It is recommended that any interested parties register at this site for updates, as the Government will post any draft documents or amendments at the Federal Business Opportunities website. It is anticipated that Solicitation SP3100-08-R-0016 will be posted to this site during the week of March 24, 2008. Amendments to the Solicitation will also be posted to this site.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=2d2df9e36c9f9fd717175829d401404e&tab=core&_cview=1)
 
Document(s)
Modification 2
 
File Name: Amendment 0001 extends the closing date for submission of offers to May 5, 2008 at 2:00 pm Local Time. (Amendment 0001.pdf)
Link: https://www.fbo.gov//utils/view?id=d636af607bda35ff9bff254306e51d36
Bytes: 297.63 Kb
 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Place of Performance
Address: Defense Distribution Center, Defense Distribution Depot Susquehanna (DDSP), New Cumberland, PA and Mechanicsburg, PA
Zip Code: 17070
 
Record
SN01550553-W 20080411/080409220355-2d2df9e36c9f9fd717175829d401404e (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.