Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 21, 2010 FBO #3161
MODIFICATION

D -- IT Services for Outside Continental United States Modification to Synopsis

Notice Date
7/19/2010
 
Notice Type
Modification/Amendment
 
NAICS
541513 — Computer Facilities Management Services
 
Contracting Office
N00189 FISC NORFOLK VA 1968 Gilbert Street,Suite 600 NORFOLK, VA
 
ZIP Code
00000
 
Solicitation Number
N0018910R0054
 
Response Due
4/15/2010
 
Archive Date
4/30/2010
 
Point of Contact
Jordan Dorsey 757-443-1411 Carissa Holland757-443-1338
 
Small Business Set-Aside
N/A
 
Description
The Contracting Department, Fleet and Industrial Supply Center (FISC), Norfolk, VA, 23511-3392 intends to negotiate a single award Indefinite Delivery/Indefinite Quantity type contract with Firm Fixed Price pricing provisions and will utilize procedures under FAR Part 12 "Acquisition of Commercial Items" and FAR Part 15 "Contracting by Negotiation". The contractor shall provide IT services for the Outside Continental United States (OCONUS) Navy Enterprise Network (ONE-NET), and to accomplish migration of business support and command and control (C2) systems from legacy networks to ONE-NET. ONE-NET provides 24/7/365 NIPRNet/SIPRNet access, network connectivity and security, electronic mail and Blackberry, file and print services, voice over SIPRNet (VOSIP), web access, and desktop support via Theater Network Operations and Security Centers (TNOSCs) and the Local Network Support Centers (LNSCs) located at Fleet concentration areas throughout OCONUS. This 24/7/365 capability includes the functional areas of Network and Systems Operations (Fault, Configuration, Accounting, Performance, and Security (FCAPS) Management, Network Defense (ND), Common Applications Support, and Transport Services). Additional support extends into Service Desk, Field Services, Information Assurance, Network Technical Support, IT Service Management, Enterprise Management Support, Voice Over Internet & Telephone Support, and Theater Application Support. Through Program Executive Office (PEO) for Enterprise Information Systems (EIS), ONE-NET infrastructure is installed at fourteen (14) overseas fleet concentration areas, owned and operated by NAVY CYBERFOR. The ONE-NET infrastructure is comprised of three (3) TNOSCs located at Yokosuka (Japan), Naples (Italy), and Manama (Bahrain). TNOSCs function as the single point of contact for the network operations and the focal point for decisions for regional customers. These decisions involve service priorities, restoration priorities, and other enterprise-wide operational issues within their region. Service is primarily focused on Network and Systems Operations, Service Desk, Network Technical Support and Information Assurance. The Yokosuka TNOSC services the Far East Theater and the Naples and Bahrain TNOSCs service the Europe and Middle East theaters respectively. These three theaters are under the operational control of Naval Computer Telecommunications Area Master Station (NCTAMS) Pacific (PAC) and NCTAMS Atlantic (LANT). LNSCs are extensions of a TNOSC where physical presence is required. Service at this level shall be primarily hardware-related and limited to device and cable plant maintenance, component replacement, and providing the on-site touch labor to respond to service requests and system problems that cannot be resolved by the TNOSC remotely. LNSC supports life-cycle maintenance activities and ONE-NET service level objectives by providing touch-labor associated with the refresh and warranty repair of devices attached to the ONE-NET network. The North American Industry Classification System (NAICS) code for this acquisition is 541513, Computer Facilities Management Services, and the Size Standard is $25.0M. This prospective Request for Proposal (RFP) will be processed utilizing "Full and Open Competition", and will not contain a required Small Business Subcontracting Plan as FAR Part 19 does not apply OCONUS. The resulting contract will be for the period of a twelve (12) month base year and four (4) twelve month option years along with FAR Clause 52.217-8 "Option to Extend Services". All options will be evaluated in accordance with FAR 17.206(a). A complete RFP package will be available by downloading the documents at the NECO Website as follows: http://www.neco.navy.mil on or around 20 September 2010. Potential contractors are hereby notified that the solicitation and subsequent amendments to the solicitation will ONLY be available for download at the above site; this office will no longer issue hard copy solicitations. By submitting an offer, the vendor is self-certifying that neither the requestor nor the principal corporate officials and owners are currently suspended, debarred, or otherwise ineligible to receive contracts from any federal agency. Failure to do so may represent grounds for refusing to accept the offer. By submission of an offer, the contractor acknowledges the requirement that a prospective awardee must be registered in the CCR database prior to award, during performance, and through final payment of any contract resulting from this solicitation, except for awards to foreign vendors for work to be performed outside the United States. Lack of registration in the CCR database will make a contractor ineligible for award. 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. Please direct all questions regarding this requirement via e-mail to the POC identified in this synopsis.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSUP/N00189/N0018910R0054/listing.html)
 
Record
SN02209866-W 20100721/100719234400-e3846937b49aebc509b870026a5842ee (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.