Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 15, 2010 FBO #3094
SOLICITATION NOTICE

D -- Information Technology Services--Core Technologies Services (CTS)

Notice Date
5/13/2010
 
Notice Type
Presolicitation
 
NAICS
518210 — Data Processing, Hosting, and Related Services
 
Contracting Office
Department of Homeland Security, United States Coast Guard (USCG), Commanding Officer, USCG Operations Systems Center, 600 Coast Guard Drive, Kearneysville, West Virginia, 25430
 
ZIP Code
25430
 
Solicitation Number
HSCGG3-10-R-PWV888
 
Point of Contact
Kathy P Klein, Phone: 3042642566, Sherrie D Walters, Phone: 304-264-5128
 
E-Mail Address
kathy.p.klein@uscg.mil, Sherrie.D.Walters@uscg.mil
(kathy.p.klein@uscg.mil, Sherrie.D.Walters@uscg.mil)
 
Small Business Set-Aside
Competitive 8(a)
 
Description
The purpose of this pre-solicitation is to notify industry of the pending synopsis and issuance of solicitation from the Department of Homeland Security (DHS), United States Coast Guard (USCG), Operations Systems Center (OSC), in Kearneysville, West Virginia. The pending synopsis is for Core Technologies Services (CTS) in support of USCG and DHS enterprise applications and information systems developed and/or maintained by OSC. The OSC is the Coast Guard's software development center (SDC) and hosting facility providing full life cycle support for operationally focused Coast Guard Automated Information Systems (AIS) and critical infrastructure services and components. CTS will incorporate all Information Technology (IT) support services required to implement, maintain, and enhance hardware, network and critical infrastructure services and components for all current and future DHS and USCG enterprise IT systems and communications networks developed, hosted and/or maintained by the OSC. Support services will include all solutions, processes, and procedures necessary to sustain systems at the highest levels of service and availability consistent with cost, schedule, and performance objectives. These services shall include: project management, procurement support, system life cycle management, system hardware engineering, network engineering, operating system maintenance and upgrades, commercial off the shelf/Government off the shelf (COTS/GOTS) software tools integration and support, quality control, configuration management, security, hardware maintenance and upgrades, hardware/software integration, system administration, network administration, data management, computer operations, system documentation services, computer system fielding services, application system training, application technical field support, disaster recovery support, information assurance support, and operational watchstanding. Types of hardware envisioned to be supported under the CTS Contract include but are not limited to: servers, workstations and associated peripherals, network devices, switches, routers, hubs, protocol translators, Internet access gateways, and IT infrastructure utilities. The Contractor shall be required to work according to the architectures, standards, guidelines and procedures as set forth in DHS, DOD and USCG guidance. The Contractor shall support any and all phases of infrastructure design, development, maintenance and enhancement in alignment with the DHS Enterprise Architecture (EA) framework, Service Oriented Architecture (SOA), and Federal Information Security Management Act (FISMA), Clinger-Cohen, OMB Circular A-11, Federal Acquisition Streamlining Act (FASA), Federal Managers' Financial Integrity Act (FMFIA), DHS Financial Accountability Act (FAA), and Executive Order 12958. OSC intends to issue a competitive 8(a) solicitation for a single source IDIQ contract in accordance with FAR Subpart 15.1. Award will be made based on the evaluation criteria established in the CTS solicitation. The IDIQ contract will include a transition and base period of performance from the date of award through December 31, 2015, with 4 one year options, and a final option period, for a total period not to exceed 60 months. The CTS work currently performed at OSC is of particular importance to the CTS IDIQ solicitation. The initial Task Order #1 issued under the IDIQ contract will incorporate all of the current CTS tasking. It is anticipated that Task Order #1 issued under the IDIQ contract will be cost plus fixed fee (CPFF) type. The CTS IDIQ solicitation will include a Sample CTS Task Order (as an Attachment) which encompasses the requirements for the CTS work currently being performed at OSC under the SETS II task order. The purpose of the Sample Task Order will be for Offerors to demonstrate their technical capabilities, past performance, and pricing for evaluation purposes. The CTS Request for Proposal (RFP) is anticipated to be issued in the June 2010 timeframe. The solicitation phase will include a site visit after release of the RFP. The contract will require access to classified information for certain tasking and will include a DD254, Department of Defense Contract Security Classification Specification. All personnel performing under the CTS contract will be required to have a minimum Secret clearance. In addition, personnel designated to support certain classified information and systems must be eligible for Top Secret/Special Compartmented Information (TS/SCI) security clearance. Offerors will be required to have DoD facility clearances at TOP SECRET level. The North American Industrial Classification (NAICS) code for this acquisition is 518210 and the size standard $25M. Contractors must be registered in the Central Contract Registration (CCR), accessed via the internet at http://www.ccr.gov and Online Representations and Certifications Application (ORCA), via the internet at https//orca.bpn.gov/ or risk having their proposals declared non-responsive. Contracting Officer: Kathy P. Klein, 408 Coast Guard Drive, Kearneysville, WV 25430. POC telephone number is 304/264-2566; email Kathy.P.Klein@uscg.mil. Alternate POC is Contract Specialist, Sherrie D. Walters, 304/264-5812; email Sherrie.D.Walters@uscg.mil. No additional information will be provided to individuals who call.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/COUSCGOSC/HSCGG3-10-R-PWV888/listing.html)
 
Place of Performance
Address: 408 Coast Guard Drive, Kearneysville, West Virginia, 25430, United States
Zip Code: 25430
 
Record
SN02149213-W 20100515/100513235535-b15761798d212c851d1434b2b2b587d0 (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.