Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 27, 2017 FBO #5664
SOLICITATION NOTICE

D -- Request for Information regarding Information Technology Support Services at the Mike Monroney Aeronautical Center in Oklahoma City, OK.

Notice Date
5/25/2017
 
Notice Type
Presolicitation
 
NAICS
541513 — Computer Facilities Management Services
 
Contracting Office
FEDERAL AVIATION ADMINISTRATION, AAQ-722 AC - Mike Monroney Aeronautical Center (Oklahoma City, OK)
 
ZIP Code
00000
 
Solicitation Number
27392
 
Response Due
6/16/2017
 
Archive Date
6/16/2017
 
Point of Contact
Nick Risi, nicholas.risi@faa.gov, Phone: 405-954-8860
 
E-Mail Address
Click here to email Nick Risi
(nicholas.risi@faa.gov)
 
Small Business Set-Aside
N/A
 
Description
Dated: May 23, 2017 The Federal Aviation Administration ™s (FAA) Enterprise Services Center (ESC) seeks information from Private Industry about providing Information Technology (IT) support services in a fee-for-service environment under a firm fixed price performance-based contract. The responses to this Request for Information (RFI) will be used for informational purposes only. This is not a screening information request or request for proposal of any kind. The FAA is not seeking or accepting unsolicited proposals. The FAA will not pay for any information received or costs incurred in preparing the response to this RFI; therefore, any cost associated with voluntary responses are solely at the interested vendors expense. NAICS Code The North American Industry Classification System (NAICS) code for these requirements is 541519, Other Computer Related Services with a size standard of $25.5 Million. 1.0BACKGROUND The FAA ™s Enterprise Services Center (ESC) is an Office of Management and Budget (OMB) designated Financial Shared Services Provider under the Financial Management Line of Business (FMLoB) and Information Systems Security Line of Business (ISSLoB) programs. ESC is also a General Services Administration (GSA) accredited Third Party Assessment Organization (3PAO) under the Federal Risk and Authorization Management Program (FedRAMP). In addition, ESC provides a full spectrum of IT services spanning application development, system hosting, disaster recovery and Help Desk. ESC utilizes Scaled Agile Framework (SAFe) and Information Technology Infrastructure Library (ITIL) best practices, and operates as a fee-for-service (franchise) organization, providing services to a multitude of federal agencies. 2.0IDENTIFIED REQUIREMENTS As a point of reference, at a high level, ESC ™s IT services presently encompass: Enterprise Architecture (EA) Quality Assurance (QA) and Functional Testing Technical Writing Project Management Database Administration System/Application Development System/Application Administration Middle Tier Administration Infrastructure Design/Support Storage Area Network (SAN) / Network Attached Storage (NAS) Administration Network Design/Support Configuration Management Legacy Mainframe Application Support Information Systems Security oVulnerability Scanning/Remediation Tracking oOperational Security Support oIndependent Assessments 3.0PURPOSE OF ANNOUNCEMENT ESC is transitioning from an Indefinite Delivery Indefinite Quantity (IDIQ) contract with labor hour tasks to a performance-based IDIQ contract with fixed price tasks. The goals of this Request for Information are as follows: Identify if multiple vendors exist in the marketplace that have experience utilizing SAFe practices at an enterprise scale, under a performance-based, fixed-price contract, to federal, fee-for-service organizations; The FAA anticipates the future procurement of an IT services contract utilizing a contracting methodology best suited for the IT support services that are not inherently governmental in function nor for which mission requirements dictate the tasks be performed by federal employees. 4.0INSTRUCTIONS Responses, submitted electronically in MS-Word or Adobe PDF format, are limited six (6) pages using 12 point Times New Roman font (or similar) with 1 inch margins. Responses are due no later than 5:00 P.M. (CST) on June 16, 2017. All interested parties must submit their responses via email to Nicholas.Risi@faa.gov. No phone calls please. Respondents are to outline the information in the following categories/format: A.Company Overview Provide a brief description of your company, services, business size, and point(s) of contact, including name, address, phone, and e-mail address. Include a completed Business Declaration. B.Past Experience Providing IT Support Services under a Performance-based Contract in a SAFe Environment Describe your company ™s past experience providing IT support services under a performance-based contract utilizing SAFe practices. Based upon your experience, what considerations must be taken to ensure success when transitioning to a performance based, fixed price environment? Emphasis should be placed on federal organizations, with a broad customer base, operating in a fee-for-service environment. C.Specific Service Areas Addressed by the IT Support Services Describe which areas of IT were addressed by the performance-based contract your company provided services under, to include: Name of the federal agency for which services were provided Period of Performance of the contract Contract dollar amount IT service areas addressed by the contract Please identify if your experience correlates with the list provided in paragraph 2.0. Areas or tasks where a contractor does not have prior experience should also be annotated as such. Thank you for your interest and participation in this RFI. The tentative date for the release of this SIR is currently November 30, 2017. If you're viewing this announcement from a source other than Federal Aviation Administration Contract Opportunities (FAACO), visit https://faaco.faa.gov/index.cfm/announcement/view/27392 to view the original announcement.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOT/FAA/MMACTR/27392/listing.html)
 
Record
SN04522210-W 20170527/170526000305-0eb211d63b74a8a5970217fa49283fa3 (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.