Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 22, 2011 FBO #3680
SOLICITATION NOTICE

D -- Middleware O&M IT Support Services - RFP

Notice Date
12/20/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541511 — Custom Computer Programming Services
 
Contracting Office
Department of the Treasury, Internal Revenue Service (IRS), National Office Procurement (OS:A:P), 6009 Oxon Hill Road, Suite 500, Oxon Hill, Maryland, 20745
 
ZIP Code
20745
 
Solicitation Number
TIRNO-12-R-00004
 
Archive Date
1/23/2012
 
Point of Contact
Laquisha Levy, Phone: 202 283-6838, Russell E. Critterton, Phone: 2022831396
 
E-Mail Address
laquisha.l.levy@irs.gov, russell.e.critterton@irs.gov
(laquisha.l.levy@irs.gov, russell.e.critterton@irs.gov)
 
Small Business Set-Aside
Competitive 8(a)
 
Description
IRS HSPD-12 PIV I Procedures Manual 508 Information SF1449 Solicitation-PWS RFP Cover Letter The Internal Revenue Service (IRS) has a requirement for Middleware IT Operation & Maintenance Support Services as well as Development Support. This is a combined synopsis/solicitation in accordance with FAR Part 19 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation for this requirement; proposals are being requested and a written solicitation will not be issued. No solicitation document exists and requests for same will be considered non-responsive. This solicitation is issued as a Request for Proposals (RFP) and the solicitation number is TIRNO-12-R-00004. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 05-18. The IRS has a need for the following items: Operation & Maintenance and development support. Contractor shall provide IT Operation & Maintenance Support and Development Support. This acquisition is for the Internal Revenue Service Middleware Section to acquire the necessary Operation & Maintenance Support to effectively transition middleware products from Modernization to the IRS and for supporting the entire lifecycle of the modernized infrastructure that has been/will be transitioned to EOPS. This includes the integration, configuration and customization of Commercial Off-The-Shelf (COTS) software as well as custom developed infrastructure applications and interfaces, Enterprise Directory and Authentication Services, Content Delivery Services, Single sign On and Enterprise Application Integration Broker. Award is based on best value tradeoffs as outlined in the RFP. This is a 8(a) set aside for small business concerns and requires successful completion of CMMI Level II. All responsible sources who can provide the above requirements shall submit a proposal via email no later than 30 calendar days from the posted date of this announcement. (i) THIS SOLICITATION WILL NOT RESULT IN AN ORDER AGAINST A FEDERAL SUPPLY SCHEDULE. ANY OFFER WHICH IS PREDICATED UPON THE AWARD BEING PLACED AGAINST AN FSS WILL NOT BE CONSIDERED This requirement is set-aside 100% for 8(a) setaside. In additional to price, quote should include your cage code, DUNS number, and taxpayer ID number. Period of Performance is May 1, 2012 through April 30, 2013 with four one year option periods. (ii) SPECIAL NOTE: Contractors must comply with (iii) The provision at 52.212-1, Instructions to Offerors - Commercial, applies to this solicitation. (iv) The provision at 52.212-2, Evaluation - Commercial Items, applies to this solicitation. The Government will award a contract resulting from this solicitation to the responsible firm under the best value trade off outlined in the RFP (v) The provisions and clauses incorporated into this solicitation document are those in effect at the time of publication. Provision and clauses incorporated by reference have the same force and effect as if they were given in full text. The full text of the Federal Acquisition Regulation (FAR) and Department of the Treasury, Acquisition Regulation can be accessed on the Internet at http://WWW.arnet.gov/far and IRSAP (www.irs.gov). (vi) To be awarded this contract, the offeror must be registered in the CCR. CCR information may be found at http://www.ccr.gov. (x) (vii) Proposals are due by 12:00pm EST, January 20, 2012. (xi) (xii) (viii)All questions should be referred to LaQuisha Levy via the following email address laquisha.l.levy@irs.gov by 3pm EST, December 29, 2011.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/TREAS/IRS/NOPAP/TIRNO-12-R-00004/listing.html)
 
Place of Performance
Address: National Carrollton Federal Building, Lanham, Maryland, 20706, United States
Zip Code: 20706
 
Record
SN02642836-W 20111222/111220234803-e5a5c9ede68fa03a94bc518c092fa7f8 (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.