Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 02, 2013 FBO #4269
SOURCES SOUGHT

D -- Internet Service Provider - RFI - Requirement

Notice Date
7/31/2013
 
Notice Type
Sources Sought
 
NAICS
518210 — Data Processing, Hosting, and Related Services
 
Contracting Office
Department of State, Office of Acquisitions, Acquisition Management, 1735 N. Lynn St., Arlington, Virginia, 22209, United States
 
ZIP Code
22209
 
Solicitation Number
CA0813-2013
 
Archive Date
8/28/2013
 
Point of Contact
JoAnn Stewart, Phone: 7038756646, Reaver T. Clements, Phone: 703-875-5077
 
E-Mail Address
stewartj@state.gov, clementsrl@state.gov
(stewartj@state.gov, clementsrl@state.gov)
 
Small Business Set-Aside
Competitive 8(a)
 
Description
Internet Services Provider Bureau of Consular Affairs Request for Information (RFI) Instructions to Offerors NOTE: This RFI is opened to all 8(a) HUBZONE respondents only. Responses will NOT be accepted from any other source(s). GENERAL: This notice is a Request for Information (RFI) and is NOT a Request for Proposals (RFP), nor is this a Request for Quotes (RFQ). Participation in this effort is strictly voluntary. It is the responsibility of the interested parties to monitor the FedBizOpps site for additional information pertaining to this RFI. Please be advised that all submissions become U. S. Government property. Response to this RFI will not be returned. Disclosure of this information outside the U. S. Government for evaluation purposes shall be made only to the extent authorized by, and in accordance with, the procedures in Section 615.413-2(f) of the Department of State Acquisition Regulation (48 CFR Chapter 6). In accordance with FAR 15.201(e), responses to this RFI are NOT offerors and cannot be accepted by the U.S. Government to form a binding contract. This RFI does not commit the government to pay any costs incurred in the submission of any information for the preparation thereof. The RFI does not commit the government to procure or contract for said services. The contracting officer is the only individual who can commit the government to the expenditure of public funds in connection with the proposed procurement. Proprietary/competition sensitive information will be protected from disclosure to the greatest extent practical, however, it is preferred that respondents do not provide proprietary or otherwise restricted responses. Each page considered by a submitting organization to contain proprietary information should be clearly marked. The requested information is for planning and market research purposes only and WILL NOT be publicly released. REQUIREMENT The Department of State, Bureau of Consular Affairs, Consular Systems & Technology (CA/CST) seeks offerors for an Internet Service Provider (ISP). The NAICS code for these services is: 518111 Internet Service Providers Security Requirement: A facility security clearance at the SECRET level is required at contract award. RESPONSE PREPARATION INSTRUCTIONS INQUIRES If your organization would like to participate, you must respond to this announcement by e-mailing Mrs. Jo-Ann Stewart (at StewartJ@state.gov) information regarding your technical approach, management approach, past performance for same or similar activity with commercial activities or government agencies, key personnel and responsiveness to this RFI. Please reference the following in the subject line of all submissions: DOS Internet Service Provider (ISP) CA0813-2013. Your e-mail must be received no later than 4:00 p.m. EST on Tuesday, 13 August 2013 to ensure a timely response. NO TELEPHONE CALLS WILL BE ACCEPTED. All questions may be submitted by sending an e-mail to Mrs. Stewart no later than 4:00 p.m. EST Friday, Tuesday, 6 August 2013. No questions received after that date will be answered unless the Government determines the answer to the question imparts information material to Industry's ability to respond to the RFI. All questions, if any, will be compiled into one document by DoS, and answers will be posed for all companies responding to this Request for Information (RFI). All questions and answers will be made available on FedBizOpps within seven (7) days before the due date of this RFI response. DESCRIPTION OF INFORMATION REQUESTED All respondents with appropriate services relating to the requirements set forth to the Request for Information (RFI) are invited to submit a Capability Statement and contact information. The Capability Statement should discuss your company's capabilities against the potential requirements, and any other specific and pertinent information that would enhance the understanding of the information submitted. The format for the RFI responses is described below: The cover page shall contain (1) Company name, (2) Primary Point of Contact, (3) Phone Number and Email Address, (4) Cage Code, (5) NAICS Code and (6) Socioeconomic Classification 8(a), HUBZONE, Service Disabled Veteran, etc... (7) Current GSA or GWAC contracts that are applicable to NAICS 518111 Internet Service Providers INSTRUCTIONS FOR RFI RESPONSES Respondents must submit their responses using not more than 15 pages in length. The total page count of 15 pages does not include the cover letter. The total page count does include all other information provided (i.e., graphs, technical, etc.). Font size should be 12 point, Times New Roman, single sided and prepared in Microsoft Word. Fold out charts for tables or graphics are allowed with a limited size of 11"x17" and each foldout count as a single page and also counts toward the total page limit. Charts and graphics must be in Microsoft Excel, or PDF format. Introduction Provide a brief description of existing capability to perform the requirement or provide proposed Performance Work Statement (PWS) language for the service and/or any proposed solution. Technical Approach The respondent shall describe it's technical experience and ability in performing the same or similar website and web application hosting services (large scale, commercial grade and high profile) in type, scope and complexity as those required by this PWS. The respondent shall demonstrate its ability to manage staff. Additionally, the respondent must possess and demonstrate all skill requirements identified within the Performance Work Statement (PWS). Management Approach The respondent shall describe it's experience and ability in performing the same or similar task order management services in type, scope and complexity as those required by this Performance Work Statement (PWS).. Past Performance The respondent shall describe it's past performance experience and ability in performing services in similar size, scope and complexity.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/State/A-LM-AQM/A-LM-AQM/CA0813-2013/listing.html)
 
Place of Performance
Address: Department of State, 2401 E Street, NW, SA-1, Room H-915, Washington,, District of Columbia, 20520, United States
Zip Code: 20520
 
Record
SN03133414-W 20130802/130801000236-8c40394bc920fa1edee4e4582700748e (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.