Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF OCTOBER 17, 2015 FBO #5076
SOLICITATION NOTICE

D -- Vendor Collaboration - Attachment

Notice Date
10/15/2015
 
Notice Type
Presolicitation
 
NAICS
541513 — Computer Facilities Management Services
 
Contracting Office
Region 5 US Environmental Protection Agency 77 West Jackson Boulevard Chicago IL 60604-3507 USA
 
ZIP Code
00000
 
Solicitation Number
SOL-R5-15-00007
 
Response Due
11/13/2015
 
Archive Date
12/31/2015
 
Point of Contact
King, Sara
 
Small Business Set-Aside
Competitive 8(a)
 
Description
PWS Special Notice: PreSolicitation/Preproposal Conference Notice SOL-R5-15-00007 NOTICE: This is not a solicitation but a presolicitation synopsis. THIS IS NOT AN ANNOUNCEMENT FOR PROPOSALS AND NO CONTRACT WILL BE AWARDED FROM THIS ANNOUNCEMENT. NO REIMBURSEMENT WILL BE MADE FOR ANY COSTS ASSOCIATED WITH PROVIDING INFORMATION IN RESPONSE TO THIS ANNOUNCEMENT AND ANY FOLLOW-UP REQUESTS. No telephone calls requesting a solicitation will be accepted or acknowledged. This synopsis is for non-personal services prepared in accordance with the format in Federal Acquisition Regular (FAR) Subpart 5.2. These services previously were acquired using General Service Administration (GSA) 8(a) Streamlined Technology Acquisition Resources for Services (STARS) Government-Wide Acquisition Contract (GWAC). The United States Environmental Protection Agency (U.S. EPA) has a requirement for Information Technology Support Services (ITSS). The U.S EPA, Region 5`s main office is located in Chicago, IL and is the primary location for performance. Additional IT support services will be required at alternate and satellite locations listed in the Performance Work Statement. The Region 5's territories of responsibilities include Minnesota, Wisconsin, Illinois, Indiana, Michigan, and Ohio. Currently, the Region 5 IT contract supports over approximately 1500 users which fluctuate in the spring and fall for interns. The support services include six (6) major tasks; 1) Voice/Data Telecommunications Support, 2) Network Infrastructure Support (Windows Servers, and Storage Area Network Systems Administration, Wireless Local Area Network, Laboratory Information Management Systems), 3) Help Desk Support, 4) Database Administration Support, 5) Computer Network and System Security Support, and 6) External Networks Technical Support. The applicable North American Industry Classification System code is 541513, Computer Facilities Management Services, with a size standard of $27,500,000. The successful contractor shall provide all necessary labor and services in support of the efforts delineated by the Performance Work Statement (PWS). A firm-fixed price, performance based contract will be used to award ONE vendor a one-year base period contract with two (2), one (1)-year options, for a maximum total contract period of performance of three (3) years. It is anticipated the acquisition will use Federal Acquisition Regulation (FAR) Part 12 Acquisition of Commercial Items, in conjunction with the policies and procedures for solicitation, evaluation and award prescribed in FAR Part 15, Contracting by Negotiation procedures. In December 2015, the Agency anticipates issuing a request for proposals (RFP). The Agency anticipates making award in February 2016 with the period of performance commencing by April 2016. The estimated cost for the base period and all option periods will be between $5M and $10M. The Agency anticipates keeping this requirement in the 8(a) Business Development (BD) Program, and set-aside for Small Business Administration subcontractors also known as 8(a) Contractors. Prospective vendors MUST be actively registered as a SBA 8(a) firm, a small business concern at least 51 percent owned, controlled, managed, and operated on a daily basis by one or more socially and economically disadvantaged persons. Interested parties are required to be registered in the System for Award Management (SAM) https://www.sam.gov/portal/public/SAM/. EPA uses Fedconnect for an acquisition system and will require prospective vendors to register with Feconnect.net for the submission of offers. Access can be established at https://www.fedconnect.net/FedConnect/. Historically, the services provided were considered professional services for twenty-eight (28) full-time employees (FTE) and the Service Contract Act did not apply. If vendors are providing services which are not exempt, the Service Contract Act may apply. Offers will need to be clear on what job categories/titles are being proposed so a clear distinction of professional versus non-professional duties can be made. Since the Service Contract Act did not previously apply, the right for first refusal under Executive Order "Nondisplacement of Qualified Workers Under Service Contract Act" did not apply. THE COLLABORATIVE OBJECTIVE of the preproposal conference is two-fold. First the event permits prospective vendors an opportunity to visit the site. Second, the event permits exchanges between Government and industry. Reference FAR 15.2. Region 5, U.S. EPA is hosting a Small Business Conference on November 10, 2015. Between 1:30 pm and 3:00 pm, a preproposal conference for the Region 5 EPA ITSS will occur on the 12th floor at 77 West Jackson Boulevard, Chicago, Illinois 60604. Due to space limitations, attendance to the Conference will be limited to a total of two (2) representatives from each interested vendor. Interested vendors wishing to attend must convey its interest, the names of the individuals attending, and e-mail address for the contractor's single point of contact (POC) no later than close of business October 30, 2015. In addition, please register at: http://www2.epa.gov/aboutepa/forms/register-region-5-small-business-conference. Attached is a draft Performance Work Statement (PWS) for industry review and feedback The preproposal conference will afford interested parties an opportunity to provide feedback directly to the Information Management Branch and provide preliminary technical information and discussion on the draft PWS. In case you cannot attend the conference, all questions and answers received during the conference will be posted. You can also submit comments/questions on the draft PWS to the Contract Specialist, Ms. Sara king via email @ king.sara@epa.gov. All responses to comments/questions received via email will be included in the posting. The Draft PWS is subject to change as key elements of the acquisition strategy(ies) are being determined. Incumbent contractor is Ensoftek Inc., under GSA contract GS-06-1145Z. The EPA direct task order award EP-G155-00356 was for $2,886, 674.04. Contract Specialist, Sara King, (312)-866-6565 Contracting Officer, Darlene McGary, (312)-886-6795 Region 5, US EPA Contracting Office: 77 West Jackson Blvd, Chicago, IL 60604
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/EPA/OAM/MMC-10J/SOL-R5-15-00007/listing.html)
 
Record
SN03922325-W 20151017/151015234306-cdc2cb4382cd13e9cdf4237929acc022 (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.