SOLICITATION NOTICE
R -- Support Onsite for Information Technology Services (SOFITS)
- Notice Date
- 11/26/2014
- Notice Type
- Presolicitation
- NAICS
- 541519
— Other Computer Related Services
- Contracting Office
- Department of Transportation, Office of the Secretary (OST) Administration Secretariate, Volpe National Transportation Systems Center, 55 Broadway, Kendall Square, Cambridge, Massachusetts, 02142-1093, United States
- ZIP Code
- 02142-1093
- Solicitation Number
- DTRT5715R20003
- Archive Date
- 6/1/2015
- Point of Contact
- Brian L. Toth, Phone: 6174942066, Rachelle Dorleans, Phone: 617-494-2136
- E-Mail Address
-
brian.toth@dot.gov, rachelle.dorleans@dot.gov
(brian.toth@dot.gov, rachelle.dorleans@dot.gov)
- Small Business Set-Aside
- N/A
- Description
- The Volpe National Transportation Systems Center (Volpe Center), located in Cambridge, MA, is an organization within the Office of the Assistant Secretary for Research and Technology of the United States Department of Transportation (US DOT). The Volpe Center intends to issue a solicitation to acquire contractor services for Information Technology (IT) support and Information Systems Security (ISS) and Privacy support. These contractor services will provide direct IT support and ISS and Privacy support to research, plan, execute, and enhance projects in such areas as strategic planning; logistics operations and analysis; information security; and information engineering design, development, and deployment in support of the Volpe Center's requirements. Competitive proposals will be requested from all eligible sources using a single solicitation. It is anticipated that the requirements for the IT support functional area will be competed on a full and open (F&O) basis, resulting in a single award. It is anticipated that the requirements for the ISS and Privacy support functional area will be competed utilizing a Small Business Set-Aside (SBSA) among eligible Small Businesses, resulting in a single award. It is anticipated that a majority of the IT support and ISS and Privacy support will be performed on-site at the Volpe Center. The proposed acquisition focuses on two primary functional areas: (1) IT support and (2) ISS and Privacy support. The IT support functional area provides IT expertise services such as system analysis, development, operations and maintenance, deployment, field support, and analytical research analysis; system architecture and framework; facility and operations support; technology assessments and modernization; and other specialized areas. The ISS and Privacy support functional area provides ISS expertise services such as systems security administration and cyber-security assessment and assurance. In addition to the required IT support and ISS and Privacy support functional areas, Contract and Task Order Management and Administration services will be required for the overall management of the work to be performed under the respective contracts and resultant task orders. A complete Statement of Work will be set forth in the solicitation. It is anticipated that an initial task order for IT support services will be awarded concurrently at the time of the F&O contract award. It is also anticipated that an initial task order for ISS and Privacy support services will be awarded concurrently at the time of the SBSA contract award. The tasking in each respective functional area will provide services in a manner and scope similar to those currently being provided under Volpe Transportation Information Project Support (V-TRIPS) contracts; V-TRIPS was awarded to five vendors as multiple award Indefinite Delivery/Indefinite Quantity (ID/IQ) task order-type contracts. For information purposes, a redacted version of the current contracts may be viewed at the following website: http://www.volpe.dot.gov/foia/current-contracts. The North American Industry Classification System (NAICS) Code for this requirement is 541519, Other Computer Related Services and the small business size standard is $27.5 million. This procurement will be conducted in accordance with FAR Part 15, Contracting by Negotiation. Proposals will be due approximately 60 days following the issuance of the solicitation. The solicitation will be issued on an Indefinite Delivery/Indefinite Quantity (ID/IQ) basis with the ability to issue firm fixed price, cost-plus-fixed-fee completion, and cost-plus-fixed-fee term type task orders. It is anticipated that a pre-proposal webinar will be held in March, 2015. Complete details of the pre-proposal webinar will be provided in the solicitation. The period of performance for the resulting contracts will be five (5) years from the date of award. The solicitation and any documents related to this procurement will be available on the Federal Business Opportunities (FBO) website: http://www.fbo.gov. Paper copies of these documents are not available and no hard copies will be mailed. The Government will not pay for any documentation provided in response to this synopsis and any documentation received will not be returned to the sender. Prospective Offerors desiring to receive electronic notification of the solicitation posting and availability for downloading must register on the FBO website. Offerors are warned that when they register to receive solicitations, amendments, and other notices, it is their responsibility to provide an accurate and complete email address to the Government. The Government will make no additional effort to deliver information when the system indicates that transmissions cannot be delivered to the email address provided. For questions regarding the solicitation, contact the Contracting Officer in writing by email at Brian.Toth@dot.gov. Telephone inquiries will not be honored. All contractors must be registered in the Central Contractor Registration (CCR) in order to receive an award from a DOT agency. Contractors may access the CCR via the System for Award Management (SAM) at www.sam.gov to register and/or obtain information about the registration process. In addition, solicitation Representations and Certifications are no longer included in solicitation documents and must be completed online via the Online Representations and Certifications Application (ORCA). ORCA is a web-based system that centralizes and standardizes the collection, storage, and viewing of the Representations and Certifications required by the Federal Acquisition Regulation (FAR). Prospective offerors are highly encouraged to complete the online Representations and Certifications using the ORCA system accessible via the SAM website at www.sam.gov. ATTENTION: This notice is for informational purposes for Minority, Women-owned, and Disadvantaged Business Enterprises: The Department of Transportation (DOT) Short-Term Lending Program (STLP) offers working capital financing in the form of lines of credit to finance accounts receivable for transportation related contracts. The maximum line of credit is $750,000. The STLP loan has a variable rate, which is connected to the prime rate. The current rate may be found on the OSDBU website: http://osdbuweb.dot.gov. For further information, call (800) 532-1169.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/feaa41cea5051defe6a029928b5dccc5)
- Place of Performance
- Address: 55 Broadway, Cambridge, Massachusetts, 02142, United States
- Zip Code: 02142
- Zip Code: 02142
- Record
- SN03582925-W 20141128/141126234322-feaa41cea5051defe6a029928b5dccc5 (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 |