Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JANUARY 14, 2021 SAM #6986
SOLICITATION NOTICE

D -- Information Technology (IT) Technical support services

Notice Date
1/12/2021 12:35:30 PM
 
Notice Type
Presolicitation
 
NAICS
541512 — Computer Systems Design Services
 
Contracting Office
NAVSUP FLT LOG CTR NORFOLK NORFOLK VA 23511-3392 USA
 
ZIP Code
23511-3392
 
Solicitation Number
N0018921RZ032
 
Response Due
1/27/2021 9:00:00 AM
 
Archive Date
02/11/2021
 
Point of Contact
Vincent Conicelli 215-697-5029, Phone: 2152085817
 
E-Mail Address
vincent.conicelli@navy.mil
(vincent.conicelli@navy.mil)
 
Description
The Naval Supply Systems Command (NAVSUP) Fleet Logistics Center (FLC) Norfolk, Contracting Department, Philadelphia Office intends to acquire, via full and open competition, Information Technology (IT) Technical support services required to facilitate the overall objective of The Office of the Chief of Naval Operations (OPNAV), Deputy CNO for MyNavyHR (N1) and subordinate commands. The scope of this effort will encompass all aspects of OPNAV) CIO and IM/IT Requirements at the Echelon I level, as well as at the Echelon II/III level at BUPERS/NPC, NETC, and CNRC. The support will require direct interaction with action officers and program managers across the MyNavyHR enterprise as well as all other Navy Enterprises and Enablers to support N1IM/IT responsibilities.� In addition, support will require the development and refinement of legacy IS sustainment and transformation to the optimized MyNavyHR operational construct.� Finally, the contractors will provide a continuum of on-site and off-site support to N1�s action officers, program managers and analysts at all echelon levels, for multiple commands, and at multiple geographic locations. The required support is divided into ten (10) core functions: (1) CIO Strategic Support, (2) Data and Information Management, (3) Engineering Support, (4) IT System Support, (5) Network Support, (6) Information Assurance (IA)/Cyber Security, (7) Enterprise Business Intelligence (BI)/Enterprise Business Analytics, (8) Software Development, (9) Hardware Maintenance and Development, and (10) Business Process Reengineering (BPR). Travel is anticipated. The Government anticipates performance will begin on 01 December 2021.� The solicitation will provide for a 5 year base period ordering period, followed by an option to extend services for up to six months pursuant to FAR 52.217-8, if necessary. For planning purposes, the total estimated yearly level of effort (LOE) is 1,360,800 hours (or 6,652,800 hours over the five year period). �The estimated LOE for the option to extend services six months pursuant to FAR 52.217-8 is 604,800 (or 7,257,600 hours over the 5 year base and six month option period).� The applicable NAICs code is 541512 �Computer Systems Design Services.� The small business size standard for this NAICS is $30 million in annual receipts. It is the intent of the Government to process this procurement under FAR 15, Contracting by Negotiation, and to ultimately award multiple, indefinite delivery, indefinite quantity (IDIQ) cost-plus-fixed-fee (CPFF) contracts as a result of the forthcoming solicitation. The IDIQ contracts will allow for both CPFF and firm-fixed-price (FFP) type task orders. Offerors will be required to submit non-cost/price (technical) and cost/price proposals. The Government anticipates that the resultant contracts will be awarded on a best value basis where the non-cost/price (technical) volume will be considered more important than the cost/price volume. Upon its release, the solicitation will be issued electronically and be available for downloading at the Governmentwide point of entry website: https://beta.sam.gov on or about 15 February 2021. The closing date for the receipt of offers will be set forth in the RFP. Paper copies, faxed copies, or email 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 thereto. The Government will not pay for the information received. All responsible sources may submit a proposal, which will be considered by NAVSUP FLC Norfolk, Contracting Department, Philadelphia Office. �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 should be submitted via email to vincent.conicelli@navy.mil.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/8320ff9828514a358aa18b7718812b8e/view)
 
Place of Performance
Address: USA
Country: USA
 
Record
SN05889912-F 20210114/210112230108 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.