SOLICITATION NOTICE
D -- Information Technology Support Services
- Notice Date
- 11/14/2014
- Notice Type
- Presolicitation
- NAICS
- 541513
— Computer Facilities Management Services
- Contracting Office
- Department of the Interior, Bureau of Indian Affairs, BIA - DAPM, 2051 Mercator Drive, Reston, Virginia, 20191
- ZIP Code
- 20191
- Solicitation Number
- A15PS00028
- Point of Contact
- Leonard C. Wines, Phone: 7033906510
- E-Mail Address
-
leonard.wines@bia.gov
(leonard.wines@bia.gov)
- Small Business Set-Aside
- N/A
- Description
- The Bureau of Indian Affairs (BIA), Office of Information Technology (OIT), has a requirement for Information Technology (IT) support services, to include information management and technology services such as Help Desk Call center, Private Branch Exchange (PBX), Network Services, Messaging Systems, Applications and Database Administration, Systems Administration and Engineering, Solution Delivery, Web Delivery and Social Media Support, Disaster Recovery, Data Center Operation Support (24x7), User Support, Telecommunications Support and Operational Support. Support is required in urban and rural areas. All contractor support activities must be performed in full support of systems based at all Assistant Secretary - Indian Affairs (AS-IA), BIA and Bureau of Indian Education (BIE) sites, and systems that are "cloud" based or hosted. The contractor must support "cloud-first" initiatives as it pertains to all Indian Affairs systems. The contractor must support systems moving to and from the "cloud" hosted providers. Additional requirements will be available in the Request For Proposal (RFP). The RFP will be available on FBO on or about November 26, 2014. As required by DIAR 1480.503, this acquisition is 100% set aside for Indian Small Business Economic Enterprises (ISBEE) as defined by DIAR 1480.503. Only proposals form ISBEEs will be considered for award. The BIA expects to award a firm-fixed-price contract for a base contract year and four option years. The base year and four option years will also contain optional CLINS for emergency and after-hours support, and special projects, as they arise. These optional CLINS will be priced on a labor hour basis, and will be issued, as needed, by contract modification. Travel may be required, and will be reimbursed in accordance with Federal Travel Regulation under an additional CLIN. The contracting officer will use the policies in Federal Acquisition Regulation (FAR) Part 12 in conjunction with the policies and procedures for solicitation, evaluation and award prescribed in FAR Part 15. In order to be eligible for award, vendors must be registered in System for Award Management (SAM) at time of contract award. NAICS: 541513
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/BIA/RestonVA/A15PS00028/listing.html)
- Place of Performance
- Address: Multiple Locations, United States
- Record
- SN03573279-W 20141116/141114234309-bcca7d87294c1a606dcf5353a17cc466 (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 |