Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 31, 2016 FBO #5242
SOURCES SOUGHT

D -- FPDS-NG Modernization Core

Notice Date
3/29/2016
 
Notice Type
Sources Sought
 
NAICS
541511 — Custom Computer Programming Services
 
Contracting Office
General Services Administration, Federal Acquisition Service (FAS), FAS Acquisition Operations Division (5QZA), 230 S. Dearborn Street, Room 3280, Chicago, Illinois, 60604, United States
 
ZIP Code
60604
 
Solicitation Number
ID15160007
 
Archive Date
4/27/2016
 
Point of Contact
Brian Bogucki, Phone: 3123539629
 
E-Mail Address
brian.bogucki@gsa.gov
(brian.bogucki@gsa.gov)
 
Small Business Set-Aside
N/A
 
Description
(i) THIS IS A SOURCES SOUGHT NOTICE FOR MARKET RESEARCH ONLY - NO AWARD WILL BE MADE FROM THIS NOTICE This NOTICE is published to gain knowledge of potential firms capable of providing these services. Potential firms with the skills and capabilities necessary to perform the requirement described in the below Scope of Work (SOW) are invited to provide a Capability Statement. Scope of Work The General Services Administration, Region 5 FAS, has received a request from the Integrated Award Environment (IAE) Program Support Office, to obtain agile development, testing, transition, operations and maintenance services primarily for a centralized view of modernizing Federal Procurement Data System (FPDS) within the Integrated Award Environment (IAE). The new FPDS applications will replace and enhance all critical and major business processes supported today in FPDS (fpds.gov) including modernized User Interface, Data processing & service using Federal Hierarchy (FH), Access control & management using the IAE Identity and Access Management (IAM), Dashboard, News/Announcements, Resources, User Support, Search/Advanced Search, etc. except the reporting and ad-hoc reporting functions which are developed separately and consolidated into the IAE Reporting System. The firm shall make use of the Common Services architecture platform including development, testing environment, Application Programming Interfaces (API), operations and maintenance services, and will utilize the IAE Architecture and Agile Framework as guidelines. IAE will provide the Common Services Platform (CSP), or a similar GSA provided platform, as the foundation for building the new applications. The architecture components of Common Services Platform includes, but not limited to, Federal Hierarchy (FH), Identity and Access Management (IAM), Common Landing Page (CLP), API Management, Hosting, Data Lake, Search, email and Reporting Services. Common Services will establish visualization and customer relationship management layers of business intelligence (BI) on top of a data warehouse (Data Lake). The Government's plan is to award a task order via an existing IT-based procurement vehicle. It is expected that this will be a Firm Fixed Price, Labor Hour, or combination FFP/LH task order. The period of performance will consist of a base period and four subsequent option periods. Pricing is not needed at this time. Interested firms are to provide a brief capability statement and a letter of interest to Mr. Brian Bogucki at brian.bogucki@gsa.gov on or before April 12, 2016. As part of your capability statement, please include any current or past contracts you have been awarded or the ability to obtain sufficient proof of capability for these types of services. Release of a solicitation is tentatively planned for July 2016. However, this notice does not obligate the Government to solicit for this requirement or award a contract. RESPONSES TO THIS NOTICE: Firms who can fulfill this requirement and who would be interested in submitting a quote, in the event that a solicitation is issued, are requested to provide the following information in response to this request -- 1. Name of Company: 2. Address of Company: 3. Name, phone number and email address of company representative. 4. Company size standard and/or socio-economic standing; i.e., large business, small business, veteran-owned small business, service-disabled veteran-owned small business, HUB Zone small business, small disadvantaged business, or women-owned small business. 5. Indication that the support services are or are not available on a GSA Schedule contract or Government Wide Acquisition Contract (GWAC) held by your company. (ii) RFP SOLICITATION NUMBER: ID15160007; (iii) CLAUSE AND PROVISION IN EFFECT THROUGH FEDERAL ACQUISITION CIRCULAR: 2005-68 Effective 26 June 2013; (iv) SET-ASIDE: NOT YET DETERMINED, NAICS CODE: 541511 (Custom Computer Programming Services) SMALL BUSINESS SIZE STANDARD: $27.5 Million; (v) LINE ITEM(S): TBD (vi) DESCRIPTION OF REQUIREMENTS: See the above Statement of Work. (vii) DATE(S) AND PLACE(S) OF DELIVERY: Award Date: (estimated) September 2016, Place of Delivery: Washington D.C. (viii) FAR 52.212-1, INSTRUCTIONS TO OFFERORS: Not yet established; (ix) EVALUATION PROCEDURES: Not yet established; (x) OFFEROR REPRESENTATIONS AND CERTIFICATION: Not yet established; (xi) FAR 52.212-4, CONTRACT TERMS AND CONDITIONS: Not yet established; (xii) FAR 52.212-5, CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS COMMERCIAL ITEMS, Not yet established; (xiii) ADDITIONAL REQUIREMENTS: Not yet established; Subcontracting Plan, if required, applies (for large businesses only); (xiv) DEFENSE PRIORITIES AND ALLOCATIONS SYSTEM (DPAS): N/A; (xv) NUMBERED NOTES: None; (xvi) OFFERS DUE: Not yet established; (xvii) GOVERNMENT CONTACT: Brian Bogucki, brian.bogucki@gsa.gov, Contracting Officer, (312) 353-9629.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/965912be4506a651be176f29d1c075b1)
 
Place of Performance
Address: 1800 F Street, Washington, District of Columbia, 20405, United States
Zip Code: 20405
 
Record
SN04065317-W 20160331/160329234206-965912be4506a651be176f29d1c075b1 (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.