Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 24, 2011 FBO #3652
MODIFICATION

D -- Maintenance, Operation, and Modernization Support of U.S. Nuclear Regulatory Commission Application Systems and Environment (FA2 - M&O of Legacy Systems Support - Only)

Notice Date
11/22/2011
 
Notice Type
Modification/Amendment
 
NAICS
541519 — Other Computer Related Services
 
Contracting Office
Nuclear Regulatory Commission, Office of Administration, Division of Contracts, 12300 Twinbrook Parkway, Rockville, Maryland, 20852-2738, United States
 
ZIP Code
20852-2738
 
Solicitation Number
NRC-HQ-11-R-33-011
 
Archive Date
6/29/2012
 
Point of Contact
MOM Contract Resource,
 
E-Mail Address
MOMContract@nrc.gov
(MOMContract@nrc.gov)
 
Small Business Set-Aside
Partial Small Business
 
Description
Updated 11/22/2011 The purpose of this acquisition is to obtain maintenance and operational support services for an estimated 100 U.S. Nuclear Regulatory Commission (NRC) application systems and information technology (IT) environments, as well as modernization support and documentation support through fiscal year (FY) 2021 at an estimated cost of $237 million. A previous sources sought notice was posted to www.fbo.gov for this acquisition ( https://www.fbo.gov/spg/NRC/OA/DCPM/NRC-10-33-MOM/listing.html ), and the results of the Government's analysis of that sources sought notice have been considered in developing the acquisition strategy for this acquisition. This acquisition is a follow-on to the current "Maintenance and Operational Support of NRC Application Systems" contract, for which the incumbent contractor is OAO Corporation, a subsidiary of Lockheed Martin Corporation; the incumbent contract number is DR-33-07-358 and related task orders. The potential period of performance for each IDIQ contract is 10 years. This acquisition is intended to be a multiple award, partial small business set-aside acquisition along functional area (FA) lines (FAs 1, 2 and 3 are full and open competition, and FA4 is a small business set-aside) that will result in a single award for FA1 and, for FA2, FA3 and FA4, multiple indefinite-delivery, indefinite-quantity (IDIQ) contracts under which firm-fixed-price, labor-hour or time-and-materials task orders may be negotiated and awarded. Unrestricted Full and Open Competition (F&OC) functional areas in the solicitation will include: - Centralized Environment Support (FA1) (single award) - Maintenance & Operation (M&O) of Legacy Systems (FA2) (multiple award) - Requirements and Design (FA3) (multiple award) Small Business Set-Aside (SBSA) functional areas in the solicitaiton will include: - Legacy Modernization and New Software Application Development (FA4) (multiple award) The acquisition includes an "on-ramp/off-ramp" feature that provides flexibility in managing the agency's future requirements. NRC anticipates a single solicitation that will utilize a best value tradeoff source selection process for each of the functional areas identified above. This process will result in the award of multiple IDIQ contracts for all functional areas except. The NRC anticipates cost/price and non-cost/price factors to be approximately equal in importance for each FA when evaluating offers and selecting awardee(s) for those functional areas. After multiple IDIQ contracts for FA2, FA3 and FA4 are awarded, individual requirements will be competed among the awardees in those FAs, with the result being a task order award based on that competition. The multiple-award, partial small business set-aside strategy will facilitate competition and maximize opportunities for small businesses over the potential 10-year contract period. It is expected as the legacy systems are retired over the course of this new acquisition, the need for services under the unrestricted full and open competition areas will decrease. In addition, over time, as NRC modernizes its systems, the need for legacy modernizaiton, software application development and maintenance of modernized systems services in the SBSA functional areas will grow. NRC will consider the question of organizational conflicts of interest (OCOI) for this acquisition, in accordance with NRC Acquisition Regulation (NRCAR) Subpart 2009.5, and will ensure compliance with OCOI requirements with regard to placement of resulting contract awards. The solicitation and related amendments will only be made available from this web site. Therefore, potential offerors are encouraged to monitor www.fbo.gov for information or amendments relating to this solicitation. Proposal due date for each FA is specified in Section L of the solicitation, as amended. Effective 11/22/2011, all communications relating to this solicitation or resultant awards, including inquiries, questions and other email submissions from potential offerors, offerors and completed questionnaires for past performance information, shall be submitted ONLY to MOMContract@nrc.gov The response date and time of 1/9/2012 by 12:00 noon Eastern Time that is now included in this notice applies only to FA4. Added: <input type="hidden" name="dnf_class_values[procurement_notice][description][1][added_on]" value="2011-02-25 15:47:33">Feb 25, 2011 3:47 pm Modified: <input type="hidden" name="dnf_class_values[procurement_notice][description][1][modified_on]" value="2011-11-22 09:20:08">Nov 22, 2011 9:20 am Track Changes The purpose of modification/amendment#1 is to (1) attach the complete solicitation and attachments; (2) update the closing dates for the solicitation; and (3) publish information about MOM Pre-Proposal Conference. As a part of the NRC Small Business Program Quarterly Business Seminar, the Division of Contracts and the Office of Information Services will hold the Preproposal Conference for olicitation No. NRC-HQ-11-R-33-0011. During the Preproposal Conference, information about the procurement will be provided and the Government will answer questions submitted from vendor community by March 2, at NOON. Additional questions and comments for FA1 may be submitted via email after the event no later than March 11, 2011 at 3:30 PM EST. The question and comment period for FA2, FA3, FA4, and FA5 ends the later of 3 weeks prior to the proposal submission date or 3 work days after any amendment to the solicitation. Submit questions to MOMContract@nrc.gov. Details regarding the Preproposal Conference: Date: March 3, 2011 Time: 2:30 p.m. to 4:00 p.m. Location: Hilton Washington DC/Rockville Executive Meeting Center 1750 Rockville Pike Rockville, Maryland 20852 Registration: Potential offerors MUST PRE-REGISTER at http://www.nrc.gov/public-involve/conference-symposia/quarterly-business-seminar.html. Registrations will be accepted on a first come, first serve basis. Although, the location holds 250 registrants, the event is shared with the Quarterly Business Seminar attendee. The event is also web cast. Offerors may elect to participate in the Pre-proposal conference via internet. Disclaimer: The information presented at the Preproposal Conference Registration is subject to change. The purpose of the Preproposal Conference is to engage the potential offeror community in the effort to promote a higher understanding of solicitation requirements and, hopefully, higher quality proposals. Responses to potential offeror questions presented at the Preproposal Conference will be informal and should not be relied upon by potential offerors as official government responses to those questions, The government will provide formal written responses to questions received via amendment to the solicitation; those responses will be considered the official government responses to questions. The Government reserves the right to group relevant questions together, consolidate answers to questions received, and refrain from answering inquiries involving pre-decisional information or that are deemed not relevant to the procurement. Functional Area (FA) Proposal Due Date FA1: April 18, 2011 FA2: May 16, 2011 FA3: October 4, 2011 FA4: November 7, 2011 FA5: November 7, 2011 The proposal must be received by 4:30 p.m. EST. Submit all documents regarding this solicitation to MOMContract@nrc.gov. The NRC anticipates publishing the Gov't response to potential Offerors' questions no later than March 28, 2011. The purpose of this solicitation modification/amendment#2 is to attached the RFP amendment#1.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/NRC/OA/DCPM/NRC-HQ-11-R-33-011/listing.html)
 
Record
SN02628101-W 20111124/111122235339-7b905574ce1dd9c35c0cbe97a9f7343c (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.