Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 26, 2017 FBO #5663
SOURCES SOUGHT

R -- O&M Support for A43-A43C-F72

Notice Date
5/24/2017
 
Notice Type
Sources Sought
 
NAICS
541511 — Custom Computer Programming Services
 
Contracting Office
Department of Housing and Urban Development, OCPO, Office of Support Operations, Office of Support Operations, NO, 451 7th Street S.W., Washington, District of Columbia, 20410, United States
 
ZIP Code
20410
 
Solicitation Number
DU100-17-A43-A43C-F72-RFI
 
Archive Date
6/22/2017
 
Point of Contact
Teresa A. Harris, , Sally A. Aultman,
 
E-Mail Address
teresa.harris@hud.gov, sally.a.aultman@hud.gov
(teresa.harris@hud.gov, sally.a.aultman@hud.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
THIS IS A SOURCES SOUGHT NOTICE ONLY. This is not a request for offers, quotes or proposals. This notice does not represent a commitment by the Government to issue a solicitation or award a contract. This is a market research tool only to determine the capability of potential sources. The Department of Housing and Urban Development (HUD) is contemplating establishing a contract under NAICS Code(s) 541511, and the Small Business Standard is $27.5 million, PSC Code D301 - IT and Telecom - Facility Operation and Maintenance, for support services for the assessment, operational support, maintenance, Development Modernization and Enhancement (DME) and administrative services of three mainframe systems and is issuing this Request For Information (RFI) in order to solicit responses from capable sources and capability statements to ensure sufficient competition exists to meet the government's requirements. Teaming arrangements and joint ventures will be considered for any subsequent procurement based on the Government's market research, provided that the prime contractor is a small business and must perform at least fifty percent of the duties outlined in the solicitation. Please review the performance work statement (PWS) and provide your feedback to Teresa Harris, (CS) at Teresa.Harris@hud.gov. So, what exactly is HUD contemplating acquiring? The Department of Housing and Urban Development (HUD), Single Family Insurance Operation Division (SFIOD) is seeking contractor IT support services for the continued operations and sustainment of HUD's A43, A43C and F72 systems. Services shall include: Operations and Maintenance (O&M), and Development, Modernization, and Enhancement (DM&E) support. BACKGROUND The A43/SFIS System insures single family mortgages and maintains an accurate and detailed database of more than 38 million case records of HUD/FHA insured single family mortgages - one record for every active and terminated case since 1984. The A43C/SFCS System is an IBM mainframe system, implemented in 1985, to process FHA claims and mortgage insurance benefits. The F72/TIIS System is a major HUD application that provides operational and management support for the execution of the Title I Property Improvement and Manufactured Home Loan Programs. By obtaining these services, HUD will continue to maintain its ability to provide oversight and management of these programs, thereby accomplishing one of HUD's critical missions. The current contract was awarded to SBD Alliant and is a Hybrid Firm Fixed Price, Time and Materials contract. DEFINITIONS GTM- Government Technical Monitor GTR -Government Technical Representative CO - Contracting Officer CS-Contracting Specialist GENERAL DESCRIPTION OF WORK Work to be performed under this solicitation includes, but is not limited to, the following: • Operations and maintenance support • Respond to and resolve Service Desk tickets • Data reconciliation and/or correction • Coordinate testing of interfacing systems, provide interfacing support and provide assistance to interfacing systems staff. • Support migration of all client releases. • Respond to audit requests and support configuration management audits. • Support environment upgrades, which includes installation and testing of changes, updates, patches and enhancements to supported systems. • Provide System Security Compliance monitoring and Configuration Management support. • Perform development modernization and enhancement tasks, such as consulting, analysis and planning support and assist with the planning, design, development and implementation of these initiatives. Below are the characteristics of the operations and maintenance support requirements: • COBOL • Cold Fusion • HTML • C++ • Java • SQL • Sybase/Sybase IQ • Assembler • JCL • CICS • Single Sign-on • MS Internet Explorer • MS Windows XP, Service Pack 2 • SSH Secure Shell Client for Windows • Direct Connect • ASP The tasks require a set of skill categories based on the following approximate breakdown: Professional Information Technology labor categories: Information Technology 60% Information Security 15% Project Management 25% CONTEMPLATED PERFORMANCE METRICS To Be Determined CONTEMPLATED REPORT REQUIREMENTS To Be Determined CONTEMPLATED MAGNITUDE OF THE PROJECT N/A CONTEMPLATED PLACE OF PERFORMANCE All work will be performed at the contractor's facility. RESPONSE REQUESTED Small Businesses are encouraged to respond. This synopsis is a market research tool being used to determine the availability and capability of potential sources prior to determining the method of acquisition and whether the government will proceed with this acquisition. The Government will not pay for any information solicited. If a contract is ultimately pursued, responses to this synopsis will be used to aid in determining whether the acquisition is set-aside for small business or in establishing small business subcontracting goals. All qualified firms are encouraged to respond. The capability statement shall address, at a minimum, the following for the past three years: 1. Name and address of company and or companies (if there is a teaming arrangement or joint venture); 2. Technical expertise relevant to the requirement; 3. Technical approach relevant of the requirement (1 to 2 paragraphs); 4. Management approach relevant to the requirement (1 to 2 paragraph); 5. Corporate experience relevant to the requirement (1 to 2 paragraph); 6. Indicate if you are a small business or any other socio-economic categories that apply to your firm under the designated NAICS code; 7. Whether you have had unequal access to any information relevant to the acquisition that could provide an unfair competitive advantage; 8. Relevant past performance. Your capability statement needs to include a list of three customers (Government/non-Government) within the past three (3) years highlighting similar work in nature, scope, complexity, and difficulty and a brief description of the scope of work. Your submission for relevant past performance must include for each customer: • Contract name; • Contracting Agency or Department, POC and contact information; • Yearly contract value (in $); • Whether your firm was the prime or a subcontractor; • Period of performance; • Description of work and how it relates to the requirements. Interested firms responding to this market survey must provide a capability statement demonstrating their experience, skills and capability to fulfill the Governments requirements for the above. The capability statement shall be in sufficient enough detail, but not exceed 5 pages TOTAL, so that the Government can determine the experience and capability of your firm to provide the requirements above. Please specify one primary and one alternate Point of Contact (POC) within your firm, including telephone numbers and email addresses in case clarifications of your submission are needed. Only electronic copies of capability statements will be accepted and should be emailed to: Teresa.harris@hud.gov. The e-mail shall contain the following subject line: Response to Sources Sought Notice - A43, A43C and F72 systems O&M and DME Support Requirement. The Government may use the responses received to determine whether to proceed with the acquisition as a set-aside, or in the absence of a least two small business responses to this notice, may determine to proceed with a full and open competition. This decision and whether to proceed with the acquisition is at the sole discretion of the Government. All interested contractors should submit their capability statements by 10:00 A.M., EST on Wednesday, June 7, 2017, attention POC Teresa Harris, Contract Specialist. Late responses will not be considered.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HUD/NO/NO/DU100-17-A43-A43C-F72-RFI/listing.html)
 
Place of Performance
Address: Contractor Site, United States
 
Record
SN04520605-W 20170526/170524235222-967cb01be0aa478c1d8c81f44de2b755 (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.