Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 13, 2013 FBO #4311
SPECIAL NOTICE

R -- USCG C4ITSC 3rd Party Assessment (cost baseline) of OSC's Operations and Costs

Notice Date
9/11/2013
 
Notice Type
Special Notice
 
NAICS
541611 — Administrative Management and General Management Consulting Services
 
Contracting Office
Department of Homeland Security, United States Coast Guard (USCG), Commandant (CG-912), U.S. Coast Guard Headquarters, U.S. Coast Guard Headquarters (CG-912), 1900 Half Street, SW, Washington, District of Columbia, 20593-0001, United States
 
ZIP Code
20593-0001
 
Solicitation Number
HSCG79-13-Q-PBY152
 
Archive Date
10/1/2013
 
Point of Contact
Cherish D Driver, Phone: 703-313-5382
 
E-Mail Address
cherish.d.driver@uscg.mil
(cherish.d.driver@uscg.mil)
 
Small Business Set-Aside
N/A
 
Description
USCG C4ITSC 3rd Party Cost Baseline Assessment of OSC's Business Practices Pre-Solicitation Notice/Synopsis - Special Notice This is a sole source synopsis being released pursuant to Federal Acquisition Regulation (FAR) Part 10: Market Research and FAR Subpart 8.405-6, as supplemented with additional information in this notice. This is restricted to only one source. The Government intends to award a GSA Task Order on a sole source basis to Stokes Evans Limited. This Synopsis does not commit the Government to contract for any supply or service whatsoever. Further, the United States Coast Guard (USCG) is not at this time seeking proposals, and will not accept unsolicited proposals. Respondents are advised that the United States (U.S.) Government will not pay for any information or administrative cost incurred in response to this Synopsis. All costs associated with responding to this Synopsis will be solely at the responding party's expense. At this time, proprietary information is not being requested, and respondents shall refrain from providing proprietary information in response to the Synopsis. Responses to the Synopsis will not be returned. Please be advised that all submissions become Government property and will not be returned. Not responding to this Synopsis does not preclude participation in any future Request for Quote (RFQ), when issued; however, the RFQ will be solicited as a sole source only. In accordance with FAR 15.201(e) responses to this notice are not offers and cannot be accepted by the U.S. Government to form a binding contract. It is the responsibility of the interested parties to monitor this site for additional information pertaining to this Synopsis and any future RFQ. SCOPE: The USCG C4IT Service Center, Telecommunications Information Systems Command (TISCOM) has a requirement to provide to the C4ITSC with an outside perspective of the "current state" (e.g., baseline) of OSC's operations and costs with a particular focus on OSC's Operating Model, Architecture, Technology, Engineering and Maintenance Processes, Sourcing, and Outsourcing. Additionally it will identify near- and long-term recommended action for the OSC plotted on a roadmap and recommend an OSC Future Vision statement to likely include: (1) meeting and managing customers' needs; (2) addressing USCG CIO ongoing, planned, and potential consolidation efforts; and (3) enabling adaptability for future technologies. The period of performance for this task order is thirty-six (36) weeks to include a base period of fourteen (14) weeks from date of award with one option period of twelve (12) weeks and a second option period of ten (10) weeks. Stokes Evans Limited 3904 Cook Street Alexandria, VA 22311-1029 Description of Supplies/Services: The Coast Guard C4IT Service Center is faced with an anticipated budget decrease of approximately 5-10%. These budget pressures have led to a renewed focus on OSC's operations as their costs are increasing by ~10%. OSC's customers have their own budget concerns and are questioning OSC's value proposition. The current Service Catalog is not built to communicate customer value and as such, customer engagement is focused on Bill of Materials (BOM) versus customer satisfaction and service levels. There is a perception at leadership levels and among customers that governance and management mechanisms of costs, customer / business requirements, technical releases, ODCs, etc. could be more efficient and effective. The Contractor shall provide the C4IT Service Center with an IT Cost Transformation Baseline Diagnostic at the completion of Phase I, Implementation of Approved, Near-Term Recommendations at the completion of Phase II, and Preparation for FY2015 Core Technologies Services (CTS) and Application Product Lines Enterprise Services (APLES) Contract Replacement Request for Proposals (RFPs) at the end of Phase III. Phases I comprises the base period. Phases II and III comprise options 1 and 2 respectively. The North American Industrial Classification System (NAICS) number is 541611 and the business size is $7,000,000.00 Responses: Any response to this sole source synopsis shall be submitted by 1200PM, Monday, 16 September 2013.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/GACS/HSCG79-13-Q-PBY152/listing.html)
 
Place of Performance
Address: The primary place of performance will be the Contractor’s facility. However, significant data gathering and interviews will be conducted at the Operations Systems Command (OSC) in Kearneyville WV, CG C4IT Service Center in Alexandria, VA and Norfolk VA. Additionally, performance at other facilities and may be required., Kearneyville, West Virginia, United States
 
Record
SN03183670-W 20130913/130911235637-6206996c2437dd2624d9da863a44b26d (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.