Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 10, 2015 FBO #4885
MODIFICATION

D -- Integrated Service Delivery (ISD) - Amendment 2 - Amendment 1 - Amendment 3

Notice Date
4/8/2015
 
Notice Type
Modification/Amendment
 
NAICS
541519 — Other Computer Related Services
 
Contracting Office
Defense Logistics Agency, DLA Acquisition Locations, DLA Contracting Services Office - Philadelphia - BSM, 700 Robbins Avenue, Philadelphia, Pennsylvania, 19111-5096, United States
 
ZIP Code
19111-5096
 
Solicitation Number
SP4701-15-R-0035
 
Archive Date
5/1/2015
 
Point of Contact
Anthony Amendolia, Phone: 2157372570, Ellen Lester, Phone: 2157375875
 
E-Mail Address
anthony.2.amendolia@dla.mil, Ellen.Lester@dla.mil
(anthony.2.amendolia@dla.mil, Ellen.Lester@dla.mil)
 
Small Business Set-Aside
N/A
 
Description
UPDATED SOO. UPDATE IS UNDER SECTION '1.1.3.2. Touch Labor Support' THE AMOUNT OF CONTRACTS SHOULD HAVE READ 88 IN LIEU OF 44. 73 - Support services to assist in the accomplishment of the DLA HBSS program, including the assessment, implementation, integration, configuration, device policy development, training, 72 - Information Technology (IT) Support Services 71 - IT & IA Support - Technical Support/Information Security Monitor 68 - Avaya Telephone Security/Application Services for DLA 67 - Support services to the Defense Logistics Agency 66 - DSCR SYSTEM INTEGRATION SUPPORT SERVICES 65 - Exchange Administration, Blackberry Administration, and Windows 2003 and 2008 systems support and maintenance for the System Support Branch, Infrastructure Division, DLA Information Operations at Richmond 64 - Storage Management Support Services for J6R 63 - Windows 2003 and 2008 System Support and Maintenance, and Citrix/Windows Administration for the System Support Branch, Infrastructure Division, DLA Information Operations at Richmond 62 - DLA J6R Telecommunications Installation Services and Support 61 - Mid-Tier Systems Support for J6R 60 - LAN/WAN IT Support Services 59 - DLA NOSC Computer Network Defense Support Services 58 - DLA NOSC Information Assurance Support 57 - DLA CyberSecurity Tools Support Services 56 - DLA Document Services IA Support 55 - J6FA Certification & Accreditation Support Services 54 - Video Operations Center (VOC) Support to DLA Enterprise 52 - Motorola Astro 25 Radio Systems; Land Mobile Radio Services/Support to DLA users/customers 51 - AV Equipment Maintenance for Columbus, OH 50 - SYSTEMS AND SOFTWARE APPLICATIONS SUPPORT OF DLA LOGISTICS INFORMATION SERVICES AND DLA DISPOSITION SERVICES 49 - Data Loss Prevention (DLP) in Motion Solution 48 - VTC Support Services for DLA Information Ops Philadelphia, PA 47 - Telecommunications and Network Support Services (Upgrade/Replace existing infrasturcture at DLA Ft. Belvoir, New Cumberland, and Columbus) 46 - IT Asset (Inventory) Management 45 - DLA Information Ops Europe and Africa Infrastructure Environment Support Services 44 - Tier II Help Desk Support 43 - IA Support for DLA Enterprise Projects Option Year 1 42 - FDCCI Contractor Support 41 - Telecommunications Installation and Support, Cabling Installation/Support/Maintenance 40 - IT Infrastructure System Admin Services 37 - CCTV Maintenance for Troop Support 36 - DLA VoIP Enteprise Support Services (Tier III) 35 - DLA Information Ops J6 Cyber Security IT Disaster Recovery and J6 COOP Support 34 - Sustainment Support for the GRC solution for DLA Cyber Security 33 - VTC Support Services for DLA Information Ops New Cumberland, PA 32 - Wireless Network Support Services for DLA Information Ops New Cumberland, PA 31 - On-Site IT Support for LAN Enclave Boundary Defense Syatems for DLA Inf Ops at New Cumberland 30 - DIACAF Support services for DLA Information Ops New Cumberland, PA 29 - On-Site Contractual Services for DBA Support in the design, configuration, and maintenance of various databases 28 - Distributed Sniffer Services (DSS) to DDC in New Cumberland, PA 27 - IA Operational, Policy, and strategic planning for DLA Distribution 26 - IT Support Services at DSS Portfolio Mangement (J62D) 25 - LAN/WAN Telecommunications Support Services 23 - IT Support Services for DLA Pacific Sites 22 - IT Support Services for DLA Europe and Africa 21 - IT Support Services DLA Information Ops at New Cumberland, PA located OCONUS 20 - Enterprise Help Desk Services Tier I 19 - On-Site IT Support Services for DLA Information Ops New Cumberland, located in San Diego, CA 18 - On-Site IT Support Services for DLA Information Ops at New Cumberland 17 - IT Support Services - Tier II 16 - IT Support Services for DDBC 14 - IT Support Services for DLA Distribution in Norfolk, VA 13 - IT Support Services for DLA Information Ops in Anniston, AL/Huntsville, AL 12 - On-Site IT Support Services for DLA Distribution Jacksonville, FL 11 - IT Support Services for DLA Informaition Ops New Cumberland, PA and Cherry Point, NC 10 - IT Support Services in DLA Distribution in Albany, GA 9 - IT Support Services to Service Desk, Desk Side Services and Telecom Services for DLA Inform Ops New Cumberland Located at Susquehanna,PA 8 - Advanced IT Support Services New Cumberland, PA 7 - Seat Management Support Services 6 - IT Infrastructure Support at DLA Energy in San Antonio, Texas 5 - IT Support Services DLA Distribution Red River, Texas 4 - On-Site Support Services for DLA Information Operations New Cumberland located at Oklahoma City, OK 3 - On-Site Support Services for DDCT, Texas 2 - DLA J6 Enterprise IT Contractor Support 1 - Tier II Help Desk Support Current Contract PWS Reference List April 2015 Aging Ticket Metrics 4 Aging Ticket Metrics 3 Aging Ticket Metrics 2 Aging Ticket Metrics ***UPDATED ATTACHMENTS 4/8/15*** Sources Sought Notice/Request for Information Description: PURPOSE: The purpose of this Request for Information (RFI) is to conduct market research seeking to identify vendors who would be interested in offering on a forthcoming Request for Proposal (RFP) for the Defense Logistic Agency's Integrated Services Delivery acquisition. This RFI is issued solely for information and planning purposes and does not constitute a formal Request for Proposal, or promise to issue a solicitation in the future. Respondents are advised that the Government will not pay for any information or administrative costs incurred in responding to this RFI. All inquiries must be submitted in writing via email to Anthony.2.Amendolia@dla.mil and Ellen.Lester@dla.mil. The Government will not entertain any requests to meet individually with a contractor, and will not respond to any telephonic inquiries. If a Request for Proposal is issued for subject requirement, the Government anticipates releasing the RFP sometime in May of 2015. If a Request for Proposal is issued for this requirement, the Government plans to host an Industry Day/Pre-proposal conference. Please see the attached Draft Statement of Objectives (SOO) for a description of the requirement. In addition, attached is a spreadsheet list of contracts whose requirements may, or may not, be supported by the ISD IDIQ, and another spreadsheet with the number of DLA users in need of support by region. Target Audience: All Interested Businesses Requested Information : •1. Would your company be interested in submitting an offer to provide the services described in the attached Draft SOO? •2. What is the size of your company (NAICS 541519 size standard $27.5 million)? •3. Does your company have the capability to support all task areas at all of the locations required on its own without teaming/subcontracting/partnering/etc. with another firm? •4. Does your company have the capability to support all task areas at all of the locations required by teaming/subcontracting/partnering/etc. with another firm? •5. Does your company have the resources and capability to support multiple resultant task orders, simultaneously, with services that cover several task areas at one time, in multiple locations both CONUS and OCONUS on its own without teaming/subcontracting/partnering/etc. with another firm? •6. Does your company have the resources and capability to support multiple resultant task orders, simultaneously, with services that cover several task areas at one time, in multiple locations both CONUS and OCONUS by teaming/subcontracting/partnering/etc. with another firm? •7. If your company plans to support the requirements under some type of subcontracting or partnering, please identify those firms you intend to work with under such an arrangement and an explanation of how the firms would be uniquely qualified to support such an effort. •8. If you are a large business, what is the minimum percent of the overall value of the contract you would support as the integrator? (referencing the pie chart distribution of work below) If you are a small business, what is the minimum percent of the overall value of the contract you would support as the integrator? (referencing the pie chart distribution of work below) •9. Do you have the resources and capability to act as integrator? If yes, kindly submit a short description of your strategy. This description shall not be longer than three pages. Please note the Government is not requesting a proposal or proposal documents at this time, but we are looking for your strategy/vision as an integrator. Estimated Current Socioeconomic Distributed Dollars under Current Contracts (%) ***See attached RFI document for chart*** Ability One Mandatory Services In accordance with the provisions of FAR 8.7, "Acquisition From Non-profit Agencies Employing People Who are Blind or Severely Disabled", the "Call Center" services, as detailed in the chart above are currently under mandatory Procurement List (see FAR 8.703). http://www.abilityone.gov/procurement_list/services_list.html http://www.abilityone.org/about_us/faqs.html Responses: If you are interested in offering on such an opportunity please provide a response by close of business (COB) April 8, 2015 to Anthony Amendolia Jr. ( Anthony.2.Amendolia@dla.mil ) and Ellen Lester ( Ellen.Lester@dla.mil ). Please have the subject of the email response read "ISD RFI". Proprietary information or trade secrets, if any, must be clearly marked on all materials. All information received that is marked Proprietary will be handled accordingly. Please be advised that all submissions become Government property and will not be returned. All government reviewing RFI responses will have signed non-disclosure agreements and understand their responsibility for proper use and protecting from unauthorized disclosure of proprietary information as described in 41 U.S.C. § 423. The Government shall not be held liable for any damages incurred if proprietary information is not properly identified. Attachment 1 - Statement of Objectives (SOO) Attachment 2 - Task List Attachment 3 - Current Site Locations and Users Attachment 4 - Current Contract Data
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DLA/J3/DSCP-PB-BSM/SP4701-15-R-0035/listing.html)
 
Place of Performance
Address: Several, CONUS and OCONUS, United States
 
Record
SN03693100-W 20150410/150408234842-3d6a26a6cc523f5e5f0a0f203590dfe3 (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.