SOURCES SOUGHT
D -- ISO/IEC 20000-1, InformationTechnology-Service Management, Part-1 Specification Compliance and Certification
- Notice Date
- 12/4/2008
- Notice Type
- Sources Sought
- NAICS
- 541618
— Other Management Consulting Services
- Contracting Office
- Department of Agriculture, Office of Procurement and Property Management, Procurement Operations Division, 300 7th Street, S.W., Room 377, Reporters Building, Washington, District of Columbia, 20024
- ZIP Code
- 20024
- Solicitation Number
- AG-3142-I-09-0020
- Archive Date
- 2/17/2009
- Point of Contact
- Scott C. Wolz,, Phone: 202-720-1894
- E-Mail Address
-
scott.wolz@da.usda.gov
- Small Business Set-Aside
- N/A
- Description
- The United States Department of Agriculture (USDA) Office of Chief Information Officer (OCIO), Associate Chief Information Officer Telecommunications Services and Operations, National Telecommunications Services and Operation (NTSO), Network Infrastructure Services (NIS) team is issuing this Sources Sought Notice (SSN) as part of market research to determine the availability of services, products, and capabilities in the marketplace, to prepare for and conduct an audit for ISO/IEC 20000-1, Information Technology - Service Management, Part-1 Specification compliance and certification. The primary objectives for conducting the audit and obtaining certification are: (1) determine that there is "management control" of all processes defined in the ISO/IEC 20000-1 standard, (2) enable the NIS team to adopt an integrated process approach to effectively promote and deliver managed services to meet USDA business and customer requirements, (3) position NIS to offer managed services to other Federal, State, or local government entities, (4) be recognized as a leader within the Federal government for Information Technology Service Management, and (5) demonstrate to our customers that USDA/OCIO/NTSO/NIS meet best practices. All vendor responses and information must be in written format (MS-Word 2000, Version 9.0 or Adobe Acrobat) and transmitted electronically to the Contracting Officer listed in this SSN. Vendor responses to this SSN must not exceed 15 pages (excluding the GSA FSS or GWAC documentation). A page is considered one side of an 8 1/2 x 11 inch sheet of paper. Font size must be no smaller than 10 font. Any vendor responding to this SSN must provide written information on their company's ability to meet the requirements identified herein; whether the services are available through the vendor's GSA Federal Supply Schedule or other Government-wide Acquisition Contract(s) (include GSA FSS or GWAC contract number and terms and conditions); applicable NAICS code; and business size. The USDA/OPPM/POD is seeking qualified Service Disabled Veteran Owned Small Businesses or other small businesses with GSA FSS or GWACs capable of performing the work herein. In addition to responses from industry, USDA specifically encourages responses from all Information Technology Service Management Forum Registered Certification Bodies (RCB). This SSN is for planning purposes only. The government will not pay for or return information provided in response to this SSN. All vendors responding to this SSN must provide written information on their company's ability to meet these requirements as described herein. USDA recognizes that there are a limited number of RCB that are authorized to provide this service and meet the audit and certification requirements. Consequently, USDA requests that any references to methodologies, tools, services, products, processes, and/or technical approach not directly provided by the respondent be expressed in vendor-neutral terms and/or that all copyright and trademark rights be observed and declared. Any response not containing this information may be returned. Telephonic inquires and responses will not be accepted. USDA consists of 8 program mission areas, 29 agencies and 12 Staff offices. All program mission offices and staff offices are located in Washington, DC. USDA has approximately 14,000 locations throughout the United States and Europe. There are several hundred thousand telecommunications assets (circuits, switches, routers, etc) installed and operating at these locations. The current network infrastructure environment consists of eleven major network nodes, two Internet gateway sites, and three Continuity of Operations (COOP) sites. The backbone network has been outsourced to AT&T. Specific requirements for this SSN are described below. Requirements: The NIS team has identified the following key requirements: (1) pre-audit assessment, (2) audit, and (3) certification. Vendor responses should provide sufficient detail describing what is involved in each requirement, estimated timeline to complete, and if there are additional requirements not specified in this notice. At a minimum, all responses should include, a description of the vendor's capability to conduct the pre-audit assessment, audit, and certification in the following areas. It is important to note, the standard is in revision and may require additional requirements for certification, based on the recent release of the Information Technology Infrastructure Library V3. Therefore, all vendors are requested to provide a description of any additional requirements and recommendations/suggestions on how to proceed with the audit and certification. A. Service Delivery Processes 1. Capacity Management 2. Service Continuity and Availability Management 3. Service Level Management 4. Service Reporting 5. Information Security Management 6. Budgeting and Accounting for IT Services B. Control Processes 1. Configuration Management 2. Change Management C. Release Processes 1. Release Management D. Resolution Processes 1. Incident Management 2. Problem Management E. Relationship Processes 1. Business Relationship Management 2. Supplier Management F. Continual Service Improvement (required for all process categories) All responses must reference the SSN number and should be received by the USDA/Office of Procurement Operations Division, Contracting Officer, Scott C. Wolz, by close of business, February 2, 2009. Information in response to this notice should be submitted electronically to scott.wolz@da.usda.gov and reference the SSN number in the "subject" line. There is no solicitation document available for this announcement. All inquires shall be through email to the Contracting Officer. Telephone inquires will not be accepted. Vendors will be responsible for monitoring Federal Business Opportunities (FBO) for any SSN updates or other related information.
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=361b87c32550bf728819369a75934203&tab=core&_cview=1)
- Place of Performance
- Address: USDA/OCIO, 2150 Centre Drive, Fort Collins, Colorado, 80526, United States
- Zip Code: 80526
- Zip Code: 80526
- Record
- SN01714116-W 20081206/081204222658-361b87c32550bf728819369a75934203 (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 |