Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 17, 2008 FBO #2487
SOLICITATION NOTICE

R -- IT Support Services for Defense Distribution Depot, Warner Robins, GA (DDWG)

Notice Date
9/15/2008
 
Notice Type
Presolicitation
 
NAICS
541513 — Computer Facilities Management Services
 
Contracting Office
Defense Logistics Agency, DLA Acquisition Locations, Defense Distribution Center, 2001 Mission Drive, DDC CSS-AB, Bldg 404, New Cumberland, Pennsylvania, 17070-5001, United States
 
ZIP Code
17070-5001
 
Solicitation Number
SP3100-08-R-0036
 
Point of Contact
Joline A McDonald, Phone: 717-770-7442
 
E-Mail Address
joline.mcdonald@dla.mil
 
Small Business Set-Aside
Total Small Business
 
Description
Defense Logistics Agency (DLA) activities located on the Warner Robins Georgia installation requires Information Technology (IT) services for hardware, software, and telecommunications to support all IT equipment, to include network servers, Personal Computers (PCs), printers, portable computers, Teklogix Radio Frequency (RF) equipment, Smart Carts, LAN/ WAN hardware/software and other miscellaneous IT equipment. Requirements include the performance of services to analyze, implement, install, evaluate, document, integrate and provide support to the end-users and LAN. The DLA network consists of Microsoft Windows XP Professional-based workstations and Windows Server 2003-based servers, ADIC backup library supporting 600 to 700 users; DLA has a production LAN for DSS, NIPRNET, SIPRNET, and a separate LAN for Wireless RF. Installation, maintenance and troubleshooting support shall be required for approximately 69 workstations, 42 printers and approximately 500+ peripheral and IT related pieces of equipment to include CD/DVD ROM reader /writers, controllers, antennas, Ethernet cards, hubs & switches, 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, RFID servers, portals and related devices, digital cameras, and LCD Boards. 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 20 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 a 5 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 02 January 2008 to 01 January 2009, with four (4) 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-0036 will be posted to this site on or about the week of October 6, 2008. Amendments to the Solicitation will also be posted to this site. Prospective offerors are cautioned concerning their responsibility to access the website for any amendments that may be issued under this RFP. There will be no advance notification of amendment issuance. Prospective offerors are advised to consult the website frequently to check for any amendments. Amendments may be issued up until the proposal due date. Failure to acknowledge amendments may render your proposal ineligible for award.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=33c7e571b300c1361c4353791ac70e7c&tab=core&_cview=1)
 
Place of Performance
Address: Defense Distribution Depot, Warner Robins (DDWG), 450 5th Street, Building 385, Robins AFB, Georgia, 31098-1887, United States
Zip Code: 31098-1887
 
Record
SN01670835-W 20080917/080915221334-33c7e571b300c1361c4353791ac70e7c (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.