SOLICITATION NOTICE
D -- Export Control and Related Border Security Program Support System (EXBSPSS)
- Notice Date
- 7/5/2017
- Notice Type
- Presolicitation
- NAICS
- 541611
— Administrative Management and General Management Consulting Services
- Contracting Office
- Department of State, Office of Acquisitions, Acquisition Management, 1735 N. Lynn St., Arlington, Virginia, 22209, United States
- ZIP Code
- 22209
- Solicitation Number
- SAQMMA17R0468
- Archive Date
- 7/31/2017
- Point of Contact
- James M. Russial, Phone: 7038754224
- E-Mail Address
-
russialjm@state.gov
(russialjm@state.gov)
- Small Business Set-Aside
- Service-Disabled Veteran-Owned Small Business
- Description
- The Department of State Contracting Department intends to issue a Request for Proposal (RFP) for Firm Fixed Price and Time and Material Contract for The Office of Export Control Cooperation (ECC) under the Bureau of International security and nonproliferation (ISN). Export Control and Related Border Security Program Support System (EXBSPSS) The contractor shall provide the following Task for ECC: 1) Support annual and strategic planning processes with automated tools and with results-related metrics that can inform decision-making 2) Produce country plan documents (Annual Plan with associated Spend Plan, Strategic Plan) automatically and in required distribution formats 3) Produce country Annual Progress Reports in required distribution formats 4) Track Spend Plan items from approval through the end (closeout) with status, results, and associated funding/obligation information 5) Support and track creation, processing, and approval of obligating vehicles 6) Track Congressional and Special Notifications processes, and provide a single authoritative source for associated documents and approvals 7) Support and enforce defined business processes 8) Use standardized and consistent names and unique identifiers for activities so that they can be identified throughout their life cycle 9) Provide a single authoritative source for information on status for everything funded and managed by ECC, including EXBS program activities, equipment donations, and TDY staff 10) Provide single authoritative source for final versions of all activity-related documents 11) Prevent misuse of funds by ensuring that all expenditures are made in accordance with applicable laws and policies 12) Prevent loss of funds by ensuring that all allocated funding is spent before it expires and returns to the Treasury 13) Support business processes and prevent missteps by notifying users of impending life cycle events and status changes 14) Track performance of activity implementers in a manner that informs decision-making 15) Track success of activities and progress of countries toward strategic plan goals 16) Monitor donated equipment status and end use 17) Balance access to information and update capabilities between flexibility and control Clearance level describes the minimum federal security clearance required to perform duties of the task listed above. The clearance level of individuals working on or supporting this program must have and maintain a Secret security clearance. Any prospective bidders without the above mentioned clearance level will be determined to be non- responsive for award. The applicable NAICS code is 541611. The size standard is $6.5 million. The FSC is D307 Automated Information System Design and Integration Services. All responsible sources may submit a proposal, which will be considered by DOS Contracting Department. The solicitation will be issued to interested parties electronically through the FBO.gov website. The solicitation will have elements of both FFP and T&M and it will be issued as 100% Service Disabled Veteran- Owned Small Business Set-Aside (SDVOSB). The closing date for the receipt of offers will be set forth in the RFP. Paper copies and faxed copies of the solicitation will not be provided. Interested parties are solely responsible for monitoring the above website for posting of the RFP and any amendments hereto. The Government will not pay for the information received. By submitting an offer, the offeror is self-certifying that neither the requestor nor the principal corporate officials and owners are currently suspended, debarred, or otherwise ineligible to receive contracts from any federal agency. Failure to do so may represent grounds for refusing to accept the offer. By submission of an offer, the contractor acknowledges the requirements that a prospective awardee must be registered in the System for Award Management, (SAM), database prior to award. Lack of registration in the SAM database will make a contractor ineligible for award. Contractors may obtain information on registration and annual confirmation requirements via the Internet at https://www.sam.gov/portal/public/SAM/. Any questions regarding this announcement we not be answered until the solicitation is issued. Please do not request additional information until the solicitation is posted.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/State/A-LM-AQM/A-LM-AQM/SAQMMA17R0468/listing.html)
- Place of Performance
- Address: Contractors Place of Business, United States
- Record
- SN04567468-W 20170707/170705235723-a58d4b74b083e2ec495497680ba9c690 (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 |