Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 08, 2010 FBO #3057
MODIFICATION

D -- SharePoint Integration and Support Services

Notice Date
4/6/2010
 
Notice Type
Modification/Amendment
 
NAICS
541512 — Computer Systems Design Services
 
Contracting Office
Department of Homeland Security, Immigration & Customs Enforcement, Headquarters Procurement Division, Wash DC, 801 I Street, NW, 901, Washington, District of Columbia, 20536, United States
 
ZIP Code
20536
 
Solicitation Number
HSCETC-10-R-00015
 
Point of Contact
Susan D. Erickson, Phone: (202) 732-2532, Jessica I. Quinones, Phone: (202) 732-2671
 
E-Mail Address
susan.d.erickson@dhs.gov, jessica.quinones@dhs.gov
(susan.d.erickson@dhs.gov, jessica.quinones@dhs.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
The Department of Homeland Security (DHS), Immigration and Customs Enforcement (ICE), Office of Acquisition Management (OAQ), on behalf of the Office of the Chief Information Officer (OCIO) requires a contract for SharePoint Integration & Support Services. The objective of this requirement is to provide the Government all necessary management, supervision, materials, services, support, maintenance, identification, and performance of the ICE Collaboration Tool (ICECT) environment. The specific tasks under this Indefinite-Delivery Indefinite-Quantity (IDIQ) contract will consist mainly of supporting development of applications and operations and maintenance of sites residing within the ICECT. This could include activities that will span across the areas of collaboration, security, connected systems, operational efficiency and deployments, installation, testing, documentation, problem resolution, and maintenance of the ICECT production and other related environments. ). This state of the art application environment provides a highly integrated set of enterprise class tools capable of providing business automation, custom workflow, document and information sharing and powerful customization capabilities. Without this modern capability, ICE cannot efficiently fulfill its mission. Consequently, ICE seeks to continue to enhance, expand, and upgrade the ICECT in order to ensure this environment continues to address the agency's needs now and in the future. The Government contemplates award of a multiple-award IDIQ contract, with the intent of restricting competition only to small business firms. Multiple task order awards are anticipated which will allow offerors to compete for each order as they are submitted. The task order(s) under this IDIQ contract may fall under one or more of the following contract types: Cost-Plus-Fixed-Fee (CPFF) and/or Firm-Fixed Price (FFP). The anticipated period of performance is five years consisting of a one-year base period and four one-year option periods. A 30-day phase-in period is projected prior to the start of the base period. The work performed under this contract and resulting task orders will be in the Washington D.C. metropolitan area. The NAICS Code is 541512 (Computer Systems Design Services) and the size standard is $25M in annual receipts. This procurement is for the re-competition of services currently being performed under Task Area N of task order COW-5-D-0056, awarded to Science Applications International Corporation (SAIC). For planning purposes, issuance of the Request for Proposals (RFP) on the FBO.gov website is anticipated within the next 30 days. Proposals will be due 30 days after issuance of the proposal, and award is estimated for mid-April 2010. Draft SOWs for both the IDIQ contract and the initial task order are posted along with this announcement. Questions should be sent to Susan D. Erickson, Contract Specialist, at susan.d.erickson@dhs.gov, in the prescribed format below via email by 2:00 p.m. (Eastern Standard Time), January 21, 2010. Questions shall be submitted in the format and application provided below: Document/Paragraph/Page Number/Question ICE anticipates providing responses to all questions received, in accordance with the aforementioned submittal instructions by January 29, 2010. All questions and inquiries must be submitted in writing. Added: <input type="hidden" name="dnf_class_values[procurement_notice][description][1][added_on]" value="2010-02-26 20:35:32">Feb 26, 2010 8:35 pm Modified: <input type="hidden" name="dnf_class_values[procurement_notice][description][1][modified_on]" value="2010-04-06 11:31:56">Apr 06, 2010 11:31 am Track Changes Please see attached answers to the questions that were submitted by the deadline in response to the draft SOWs. A Pre-Proposal Conference will be held for this requirement on Monday, March 8, 2010 from 1 - 4 p.m. (EST) at ICE Headquarters located at Potomac Center North, Julie Myers Conference Room, 500 12th Street, S.W., Washington, D.C. 20024. If you are interested in participating, a registration form is attached. The form must be completed and sent to Susan Erickson at susan.d.erickson@dhs.gov by no later than Tuesday, March 2, 2010 at 3 p.m. (EST). Participation is strictly limited to 2 individuals per company. Requests for the attendance of additional representatives will be denied. The solicitation for this opportunity is anticipated to be released in mid-late March 2010. Added: <input type="hidden" name="dnf_class_values[procurement_notice][description][2][added_on]" value="2010-03-02 12:57:29">Mar 02, 2010 12:57 pm Modified: <input type="hidden" name="dnf_class_values[procurement_notice][description][2][modified_on]" value="2010-04-06 11:31:56">Apr 06, 2010 11:31 am Track Changes This notice serves to inform industry that we are going to hold two (2) separate Pre-Proposal Conferences on March 8. One will be held from 1:00-2:30pm, the other will be held from 2:30-4:00pm. Two rosters will be posted shortly that will indicate which session each individuals were assigned. Assignments will be made on a first-come, first-served basis (i.e. first 150 individuals assigned to 1pm session). If you are still interested in participating, please send registration form to susan.d.erickson@dhs.gov no later than March 3, 2010 at 12 p.m. (EST). If you have already submitted your form, there is no need to resend. Registration is still based on a first-come, first-served basis. Total capacity for both sessions cannot exceed 300 individuals. For those interested parties that are not able to attend, materials from the conference will be posted at a later date. Thank you again for your interest.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/INS/COW/HSCETC-10-R-00015/listing.html)
 
Place of Performance
Address: 801 I Street, N.W., Washington, District of Columbia, 20536, United States
Zip Code: 20536
 
Record
SN02114321-W 20100408/100406235505-d3f7788b9e27431ab9dfee6ed8acbfb4 (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.