Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 08, 2008 FBO #2447
SOLICITATION NOTICE

D -- Information and Technology Policy and Planning Support (ITPPS)

Notice Date
8/6/2008
 
Notice Type
Modification/Amendment
 
NAICS
541611 — Administrative Management and General Management Consulting Services
 
Contracting Office
Department of the Navy, Military Sealift Command, MSC HQ - Washington, 914 Charles Morris Court, SE, Washington Navy Yard, Washington, District of Columbia, 20398-5540
 
ZIP Code
20398-5540
 
Solicitation Number
N00033-08-R-6000
 
Point of Contact
alfons skudlarek,, Phone: 2026855939
 
E-Mail Address
alfons.skudlarek@navy.mil
 
Small Business Set-Aside
Service-Disabled Veteran-Owned
 
Description
Navy, Military Sealift Command, is issuing this notice as a Request for Information to facilitate our market research, to determine if Service Disabled Veteran Owned Small Businesses possess the capability and capacity to execute the contract while performing the predominate share of the work in-house, are interested in participating in this acquisition as a competitive SDVOSB set-aside, and which NAICS code best describes the work. This request is for planning purposes only and does not constitute a request for proposals or quotations. The Information Technology Policy & Planning Support Services (ITPPS) that are being contemplated through this Request for Information are for the provision of services to support the program management of IT projects for Military Sealift Command to include IT Asset Management, Portfolio Management, Budget Execution and Liaison Support, and Enterprise Architecture. The provision of these services shall rely on the utilization of data tools that are currently available and shall not require the design or integration of new systems. For example, Remedy is used for IT Asset Management Tracking and access shall be provided to this system during performance. Moreover, Telelogic’s System Architect (SA) tool is used for the all EA diagrams and access shall be granted to this system during performance. The Contractor must be proficient in the use of these applications to meet the ITPPS requirements. Since all IT investments and acquisitions must comply with Federal laws, Office of Management and Budget (OMB) guidelines, the Business Transformation Agency (BTA), the Clinger Cohen Act (CCA) of 1996, and USTC, DON and DOD directives, the Contractor shall have an in-depth knowledge of all applicable laws, guidelines, regulations, mandates, and directives. The following is a synopsis of the work and the travel requirements. The estimated hours of work in each category are included (*corrected below) but could increase during peak demand periods by as much as 80%. We anticipate needing a contract for one year with four one-year options for continued services. Performance would not begin until after August 2009. Interested parties are invited to submit the following: a) Name of company b) POC, telephone number, FAX number, address, and e-mail address (if available); c) A brief description of the company and its core competencies or experience relevant to this work (descriptive literature/marketing material is welcome); d) Small business standing (Veteran Owned, SDVOSB, woman owned, HubZone, disadvantaged business, etc.) Please include a discussion on the following: Do you currently possess the experience and financial and human resources to perform this work in-house or would a subcontract for more than 50% of the work be necessary? Is NAICS 541611, Administrative Management and General Management Consulting Services, appropriate? Considering the information technology policy background that may be necessary for successful performance, would an alternative NAICS be more appropriate? If so, please suggest an alternative code with your rationale. * Correction: Anticipated effort in hours per year for Program Management, 2,000 hrs.; IT Asset Management, 2,000 hrs.; Portfolio Management, 4,000 hrs.; Budget Execution and Liaison Support, 4,000 hrs.; Enterprise Architecture, 4,000 hrs.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=b9272bce80bf62fced79694d07bc7066&tab=core&_cview=1)
 
Place of Performance
Address: Washington, DC, Washington, District of Columbia, 20398, United States
Zip Code: 20398
 
Record
SN01632462-W 20080808/080807102528-79de664481cd4a7e1c365428755bd148 (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.