Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 29, 2011 FBO #3534
SOLICITATION NOTICE

D -- Information Technology Analysis, Software Design & Development Support Services - Package #1

Notice Date
7/27/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541511 — Custom Computer Programming Services
 
Contracting Office
Department of Justice, Bureau of Alcohol, Tobacco and Firearms (ATF), Administrative Programs Division (APD), 99 New York Avenue, NE, 3rd Floor - Acquisitions, Washington, District of Columbia, 20226
 
ZIP Code
20226
 
Solicitation Number
DJA11RFQ0029
 
Archive Date
9/1/2011
 
Point of Contact
Amanda M. Boshears, Phone: (202) 648-9018
 
E-Mail Address
amanda.boshears@atf.gov
(amanda.boshears@atf.gov)
 
Small Business Set-Aside
Competitive 8(a)
 
Description
SF-1449 Solicitation Document Attachment 8 - ATF H 7250.1 Automated Information System Security Program Attachment 7 - ATF H 7200.1A, Enterprise Configuration Management Handbook Attachment 6 - Systems Lifecycle Handbook Attachment 5 - Full site review checklist Attachment 4 - Past Performance Questionnaire Attachment 3 - Proposal Instructions Attachment 2 - Labor Category Descriptions Attachment 1 - Statement of Work This is a combined synopsis/solicitation in accordance with Part 12 - Acquisition for Commerical Items and FAR Part 19.8 - Contracting with the Small Business Administration - 8(a) Program. The Bureau of Alcohol, Tobacco, Firearms and Explosives has a requirement for Information Technology Analysis, Software Design & Development Support Services. This requirement is set-aside for all responsible, responsive, and eligible 8(a) firms. The NAICS code for this requirement is 541511 with a $25M size standard. The period of performance for this requirement is one base year and four one-year options. This is a hybrid time and materials/firm-fixed price contract. IT analysis and maintenance services will be time and materials. Optional development tasks will be firm-fixed price. The primary place of performancee shall be the contractor's facilities. Work may also be required at ATF HQ located at 99 New York Avenue, NE, Washington, DC 20226 or other ATF locations as necessary. The contractor's facility must be surveyed and approved by the ATF ISSO. All offerors must be registered in the Central Contractor Registration ( www.ccr.gov ) prior to award of this contract. The following documents are incorporated as part of this notice: 1. Standard Form 1449 package with line items and clauses 2. Attachment 1 - Statement of Work 3. Attachment 2 - Labor Categories/Work Force 4. Attachment 3 - Proposal Instructions 5. Attachment 4 - Past Performance Questionnaire 6. Attachments 5 - ISSO Facility Checklist 7. Attachment 6 - Systems Life Cycle Handbook 8. Attachment 7 - Enterprise Configuration Management Handbook 9. Attachment 8 - Automated Informationi System Security Program Please review all documents carefully to ensure the proposal submission contains all necessary information and required documentation in the corrrect format. Any questions regarding this notice should be directed to Ms. Amanda Boshears, 202-648-9018, amanda.boshears@atf.gov. Please submit all questions regarding this notice by 2PMET on Thursday, August 4, 2011 in order to ensure timely issuance of amendments. Responses to this notice are due Wednesday, August 17, 2011 at 2PMET via email to amanda.boshears@atf.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOJ/BATF/APMD/DJA11RFQ0029/listing.html)
 
Place of Performance
Address: See above, United States
 
Record
SN02512078-W 20110729/110727234914-06869a13f8e458f4c9ad14674c062837 (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.