Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 21, 2014 FBO #4775
SPECIAL NOTICE

D -- Notice of Intent to Sole Source - Performance Work Statement

Notice Date
12/19/2014
 
Notice Type
Special Notice
 
NAICS
541513 — Computer Facilities Management Services
 
Contracting Office
Other Defense Agencies, Washington Headquarters Services, WHS, Acquisition Directorate, 1225 South Clark Street, Suite 1202, Arlington, Virginia, 22202-4371, United States
 
ZIP Code
22202-4371
 
Solicitation Number
HQ00105232
 
Archive Date
1/24/2015
 
Point of Contact
Anthony D. Hawkins, Phone: (703) 545-1037, Eric Darby, Phone: (703)-545-3045
 
E-Mail Address
anthony.d.hawkins14.civ@mail.mil, eric.u.darby.civ@mail.mil
(anthony.d.hawkins14.civ@mail.mil, eric.u.darby.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
Performance Work Statement THIS IS NOT A REQUEST FOR QUOTE; this is a notice of the government's intent to award a task order on a limited source basis to Salient Federal Solutions Inc., 4000 Legato road STE 600, Fairfax VA 22033-2893 pursuant to FAR PART 16.505(b)(2)(i)(c), because it is a logical follow-on to an order already issued under the current contract HC1028-10-F-2176. This proposed contract action is for services for which the Government intends to solicit and negotiate with only one source under the authority of FAR 16.505(b)(2)(i)(c). This notice of intent is not a request for competitive proposals. A determination by the Government not to compete this proposed contract action is being done in the interest of efficiency because it is a logical follow-on to an order already issued under the contract, being that all awardees were given a fair opportunity to be considered for the original order. The current task order is set to expire in MAR 2015, providing little time to engage in a thorough source selection for the required services. If a source selection were conducted, it would put the Government at risk, in regards to a lapse in service. Information received will be considered solely for the purpose of determining whether to conduct a competitive procurement. The Government intends to solicit the required services competitively within the next 18 - 24 months. The first requirement is day to day IT operations and maintenance support of all DTSA mission essential functions is the base requirement of the program/efforts to be contracted. A secondary requirement is systems enhancement support for the Presidential Initiative - Export Control Reform (ECR). This effort includes enhancements and transitions to "production status", for multiple DTSA developed, owned, and operated systems that enable cross governmental organizations and entities to exchange, modify, manipulate, and store data of multiple types in multiple formats. The third requirement is the ongoing support for DTSA Security Policy Automation Network (SPAN) programs maintenance inclusive of bug/error program coding corrections and enhancement of existing codes functionalities. End-User support and training efforts are to be provided for both standard office productivity programs and the DTSA SPAN programs. Intended Period of Performance: March 2015 to March 2016 Awarding the proposed contract to another source would result in unacceptable delays and substantial costs to the Government, as the new source would require time to develop and skills needed to meet the immediate requirement. Based on the time constraint and expected increase in cost inherent to awarding to another contractor, it is not in the best interest of the Government to award to any vendor other than Salient Federal Solutions at this time. THIS IS NOT A SOLICITATION OR REQUEST FOR PROPOSAL. The Government does not intend to pay for information provided in response to this publication. Written respones to this synopsis shall contain sufficient documentation to establish a bona fide capability of fulfill this requirement. All interested parties shall submit clear and convincing documentation demonstrating their capabilities to satisfy the requirements listed above to Anthony Hawkins by email at Anthony.D.Hawkins14.civ@mail.mil. The capability documentation should include general information and technical background describing in detail the prospective contractor's capabilities and experience that will demonstrate the ability to support these requirements. The primary North American Industry Classification System Code is 541513, "Computer Facilities Management Services", with a size standard of $27,500,000.00. Place of Performance: Contractor shall provide services at the following locations: a. DOD DTSA office spaces - 4800 Mark Center Dr., Alexandria, VA b. Dept. of State - Annex Office SA-1, 2401 E Street, NW Suite 1200, Washington D.C. c. Dept. of Commerce - 1401 Constitution Ave NW, Washington, DC d. Terremark - 18155 Technology Drive (NAP of the Capital Region), Culpeper, VA
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/ODA/WHS/REF/HQ00105232/listing.html)
 
Place of Performance
Address: DOD DTSA Office Spaces, 4800 Mark Center Drive, Alexandria, Virginia, 22311, United States
Zip Code: 22311
 
Record
SN03601798-W 20141221/141219235215-c6ea89cf8738ca09132eb4b9a911b9c3 (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.