Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 18, 2011 FBO #3676
SOLICITATION NOTICE

70 -- Patch and Release Management Services - PWS

Notice Date
12/16/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541519 — Other Computer Related Services
 
Contracting Office
Department of Homeland Security, Customs and Border Protection, Procurement Directorate - DC, 1300 Pennsylvania Avenue, N.W., Room 1310 NP, Washington, District of Columbia, 20229, United States
 
ZIP Code
20229
 
Solicitation Number
HSBP1012R0016
 
Point of Contact
Gary Robertson, Phone: 202-344-3721, Herman T. Shivers, Phone: 202-344-2895
 
E-Mail Address
gary.robertson@dhs.gov, Herman.Shivers@dhs.gov
(gary.robertson@dhs.gov, Herman.Shivers@dhs.gov)
 
Small Business Set-Aside
Competitive 8(a)
 
Description
Performance Work Statement (PWS) Phase 1 Notice for U.S. Customs and Border Protection Office of Information and Technology (OIT) Patch and Release Management Services for Enterprise Data Management & Engineering (EDME) Division Enterprise Operational Testing & Evaluation Branch (EOTEB) Background/Purpose EOTEB is soliciting proposals for its Patch and Patch and Release Management Services acquisition employing a competitive 8(a) set-a-side. The period of performance will be a 12 month base period plus four (4), twelve (12) month option periods. A Firm Fixed Price contract type is anticipated. This will be a best value source selection using tradeoffs. A multi-phased approach in accordance with the Federal Acquisition Regulation (FAR) 15.202 Advisory Multi-Step Process is being conducted. The purpose of this Notice is to solicit Phase 1 "White Paper" responses from interested 8(a) Contractors. Only 8(a) Contractors are eligible to respond to this Notice and the RFP that follows this Notice in Phase 2. •I. White Paper Attached to this Notice is the EOTEB Patch and Release Management Performance Work Statement (PWS). Interested 8(a) Contractors must provide the following information in response to this Notice: •1. Demonstrate the offeror's corporate capacity to undertake this work. •2. Demonstration of the 8(a) contractor's understanding of the technical requirements. •3. Technical and management approach to achieve the PWS requirements. •4. Past performance/experience with three (3) projects of similar size, scope, and complexity. •5. Not to exceed/rough order of magnitude price. A detailed cost/price breakdown is not requested. II. Non-price Evaluation Criteria to be Used in Evaluating Responses The following evaluation criteria will be used for Phase I: •1. Corporate Capacity The 8(a) contractor shall present its capacity to properly staff and manage a contract of this size and complexity. •2. Understanding of the Requirements The 8(a) Contractor shall present its understanding of the Patch and Release Management requirements contained in the draft PWS. •3. Technical and Management Approach The 8(a) contractor shall present its technical and management approach to achieving the PWS objectives. The contractor should include any obstacles to accomplishing the PWS objectives that they anticipate, how the contractor will overcome the perceived obstacles, and how it will reduce or mitigate performance risks. •4. Past Performance/Experience Past performance will be evaluated for contracts using recency (awarded in the last 3 years) and relevance (similar in size, scope, and complexity) to the EOTEB Patch and Release Management requirements. The 8(a) contractor shall furnish a list of applicable awarded contracts or subcontracts from Government agencies within the last 3 years and include the following information: •a. Customer name, address, current telephone number, and e-mail address of both the lead contractual and technical persons. •b. Brief description of the contract work and its comparability to the draft PWS requirements. Responses to this Pre-solicitation notice will be evaluated as follows; Excellent - 8(a) Contractor presents a comprehensive understanding of the EOTEB requirements; a comprehensive and thorough summary presentation of the technical and management approach; provided 3 recent and relevant contracts of similar size, scope, and complexity to the EOTEB project; likely to submit a viable best value competitive solution within the Phase 2 proposal. Susceptible to Being Made a Best Value Competitor - Phase 1 response contains incomplete information to judge whether the 8(a) Contractor will be a highly competitive offeror but the limited information presented in the Phase 1 response looks encouraging; provided 3 recent and relevant contracts of similar size, scope, and complexity to the EOTO project; may be a Contractor who can submit a best value competitive Phase 2 proposal. Unlikely to be a Viable Competitor - The 8(a) Contractor does not demonstrate an understanding of the EOTEB requirements, and its technical and management approach are deficient; past performance and experience are not relevant to the EOTEB project; it is not likely that the Contractor will submit a best value competitive Phase 2 proposal. Note : Phase 1 evaluation and comments apply to all three evaluation criteria. Page Limit •1. The page limit of the Offeror's response to this Notice is 7 pages for non-price related factors, which include corporate capacity, contractor's understanding of the requirements, and technical and management approach. •2. Past Performance references shall be one page per reference. •3. The not to exceed/ROM shall be one separate page. •IV. Selection of 8(a) Contractors for Phase 2 Proposals Following Phase 1 evaluations of the 8(a)'s White Paper response, the Contracting Officer will select those 8(a) Contractors whose responses demonstrate that they would offer the highest value solutions to submit Phase 2 proposals. The Contracting Officer will notify each respondent, in writing, by e-mail or first class letter, of their Phase I status. Those 8(a) Contractors who are informed that they were not rated as Excellent or Susceptible to Being Made a Highest Value Competitor may still submit Phase 2 proposals in response to the forthcoming Request for Proposals (RFP). All 8(a) Contractors choosing to compete in Phase 2 of the acquisition will be required to prepare and submit full technical, past performance and price proposals in response to the RFP. •V. Phase I Response Submission Requirements Responses shall be submitted via email to gary.robertson@dhs.gov The due date and time for Phase 1 responses is January 06, 2012, 2:00 pm EST. •· All Phase I responses must adhere to the 7 page limit. The submission shall be logically assembled. Each Phase 1 response section shall be clearly identified and shall begin at the top of a page. All pages of each response section shall be appropriately numbered and identified by the complete company name, date, and referenced number listed on the Notice in the header and/or footer. Page size shall be no greater than 8 1/2" x 11." The top, bottom, left and right margins shall be a minimum of one inch each. Font size shall be no smaller than 12-point. Arial or New Times Roman fonts are required. Characters shall be set at no less than normal spacing and 100% scale. Tables and illustrations may use a reduced font size not less than 8-point and may be landscape. Line spacing shall be set at no less than single space. Each paragraph shall be separated by at least one blank line. Page numbers, company logos, and headers and footers may be within the page margins ONLY, and are not bound by the 12-point font requirement. Footnotes to text shall not be used. Pages in violation of these instructions, either by exceeding the margin, font or spacing restrictions or by exceeding the total page limit, will not be evaluated. Pages in excess of the maximum will be removed from the end of the response by the Contracting Officer without being evaluated. The page count will be determined by counting the pages in the order they come up in the print layout view. Pages not evaluated due to violation of the margin, font or spacing restrictions will not count against the page limitations. Attachment: EOTO PWS
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCS/PDDC20229/HSBP1012R0016/listing.html)
 
Place of Performance
Address: CBP Locations in Springfield, VA, United States
 
Record
SN02641024-W 20111218/111216234530-9bf646b80fa34670dd3e8f0697475e95 (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.