Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 26, 2012 FBO #3836
SOLICITATION NOTICE

D -- Anticipated Solicitation release date is 8 June, 2012, with an estimate for proposal closing date to be 9 July 2012 at 1600.

Notice Date
5/24/2012
 
Notice Type
Presolicitation
 
NAICS
541519 — Other Computer Related Services
 
Contracting Office
N62583 SPECIALTY CENTER ACQUISITIONS NAVFAC 1100 23rd Ave Bldg 1100 Port Hueneme, CA
 
ZIP Code
00000
 
Solicitation Number
N6258312R0765
 
Response Due
6/7/2012
 
Archive Date
6/7/2013
 
Point of Contact
Ryan Boudreau 805-982-5553 Contracting Officer: Mr. Christopher Henschel Telephone (805) 982-3872
 
E-Mail Address
ct
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
Naval Facilities Engineering Command (NAVFAC) has a requirement to host an array of Enterprise Business Systems that will be utilized throughout various Navy Organizations to include all NAVFAC sites, all Navy Regions, the Marine Corps, and select private business partners. This array of Enterprise Business Systems supports the broad spectrum of NAVFAC ™s business, employs a broad range of technical solutions, and could vary from a web-based application to a client server- & web-based application to a data warehouse that supports NAVFAC corporate reporting. Client server applications are accessed via thin client, i.e. Citrix protocols. The list of enterprise-wide business systems are listed in the Business System Overviews. As a result, NAVFAC has a need for operational and technical support to include deployment support, operations and maintenance, configuration management, change management, project management, planning and analysis, and information assurance support for all NAVFAC Enterprise Business Systems hosted at NITC. The focus of this performance work statement is the provisioning of day-to-day operational support, customer liaison, change and configuration management, information assurance, life cycle management, portfolio and asset management, quality assurance, validation and verification, business continuity, facilities management, documentation, and process improvement. To ensure continuity of operations during natural disasters and/or calamities, the NAVFAC Data Center hosting facility remotely maintains servers, operating systems and storage devices located at the Continuity of Operation and Disaster Recovery (COOP/DR) site in Norfolk, Virginia. The Enterprise Operations Support (EOS) provides the necessary administration, planning, coordinating and testing of the business contingency plan for continuity of operations. In collaboration with the NITC NASP and CDA resources, the EOS ensures that regular testing is conducted and results are reported to management. IT systems security implementation is a major factor in keeping the "Authority to Operate (ATO)" not just for the hosting environments but is also required for each individual business systems hosted at the NAVFAC Data Center. The Federal Information Security Management Act (FISMA) shall be continuously reviewed and complied with. Each business systems listed undergo FISMA review or re-accreditation once per year. In collaboration with the NITC Team, and the Central Design Agency (CDA), the Contractor shall determine the best approach for meeting IA and FISMA compliance without impacting business systems availability and performance. Continuous process improvement (CPI) and standardization using the ITIL framework is a major initiative at NITC. Although several operational processes are now in place at NITC, these processes need to be continually reviewed, audited, tested and maintained to ensure compliance with the latest technological changes, industry best practices, and DON/DOD mandates. Work includes identifying areas for improvement, documenting processes, communicating processes prior to implementation, and continuous improvement using various CPI methodologies. This is a Performance Work Statement (PWS). The scope of this PWS is to provide: - Recurring support for day-to-day systems operations which include: system provisioning, system monitoring and reporting, help desk level 1 troubleshooting and technical support, service request management and tracking, maintenance coordination, and facility monitoring. - Security compliance and accreditation support for all business systems listed in Attachment 01 including the two accredited network enclave packages. This includes but not limited to: continuous review of systems and network accreditation packages, monitoring plan of action and milestones (POA&M) completion, security scan output reviews, vulnerability reviews and mitigation actions and reporting, DIACAP packages review and processing, INFOCON report management, FISMA compliance reports. - Standardization and Continuous process improvement utilizing ITIL framework which include: change management, configuration management, quality assurance reviews and audits, portfolio and asset management, life cycle management, license management, and technical process documentations. - Administration of the business continuity plan and continuity of operations initiatives (BCP/COOP). This includes developing project plans, coordinating, communicating and implementing testing plans without impacting normal business systems operations. - Providing remote technical support, operations, and sustainment of all mainframe systems hosted at DISA Mechanicsburg and Ogden. Procurement Method is: Contracting by Negotiation The applicable North American Industry Classification System (NAICS) Code for this requirement is 541519 (Other Computer Related Services) and the annual size standard is $25 million. The contract term will be a base period of one-year plus four option years for a total of 60 months. If the Government does not award a follow-on contract in time, the Government may require the Contractor to continue performance for an additional period up to six months under the Option to Extend Services clause. This contract will replace a contract for similar services awarded in 2007 for $ 34,879,079.00 (indefinite quantity estimate/maximum value per year). Information about the current contract and the incumbent contractor (e.g., value of last option exercised, firm name, address, etc.) will be included in the solicitation package. Requests under the Freedom of Information Act are not required for this information. Offerors can view and/or download the solicitation, and any attachments, at https://www.neco.navy.mil/ when it becomes available. The proposed contract listed here is 100 percent Service Disabled Veteran Owned Small Business set aside. The Government will not consider offers from other than Service Disabled Veteran Owned Small Business firms. All other firms are deemed ineligible to submit offers. The solicitation utilizes source selection procedures which require offerors to submit a technical proposal, past performance and experience information, and a price (or cost) proposal for evaluation by the Government. The contract performance location is as follows: NAVFAC Information Technology Center (NITC) 1000 23rd Avenue, Building 2 Port Hueneme, CA 93043 Questions regarding this RFP must be submitted in writing and sent to ryan.a.boudreau@navy.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVFAC/N47408/N6258312R0765/listing.html)
 
Place of Performance
Address: NAVFAC Information Technology Center (NITC)
Zip Code: 1000 23rd Avenue, Building 2
 
Record
SN02757124-W 20120526/120524235217-59a2b891538cf75846c3ebd604283078 (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.