Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JUNE 17, 2021 SAM #7138
SPECIAL NOTICE

D -- Intent to Sole Source - IT Support Services for the Denali Commission

Notice Date
6/15/2021 4:39:43 AM
 
Notice Type
Special Notice
 
NAICS
541519 — Other Computer Related Services
 
Contracting Office
ARC DIV PROC SVCS - DENALI PARKERSBURG WV 26101 USA
 
ZIP Code
26101
 
Solicitation Number
SS-DNC-095
 
Response Due
6/18/2021 5:00:00 AM
 
Archive Date
07/03/2021
 
Point of Contact
Braden Sanner, Paul White
 
E-Mail Address
Purchasing@fiscal.treasury.gov, Purchasing@fiscal.treasury.gov
(Purchasing@fiscal.treasury.gov, Purchasing@fiscal.treasury.gov)
 
Description
INTENT TO SOLE SOURCE IT SUPPORT SERVICES SS-DNC-095 Under the authority of FAR 6.302.-1, the U.S. Department of the Treasury, Bureau of the Fiscal Service (Fiscal Service) on behalf of the Denali Commission (DNC) intends to establish a short-term award on a sole source basis to AlasConnect LLC, 612 Illinois St, Fairbanks, Alaska 99701-2917, for IT Support Services. Denali requires AlasConnect LLC to provide IT Support Services, on site at the Commission offices in Anchorage, AK, in accordance with the requirements in the Performance Work Statement (PWS). These support services will maintain their IT infrastructure through a short-term, 12-week, contract to bridge the gap between expiration of the current award and a new long-term award. A transition to any other service provider other than AlasConnect LLC for this short-term award would not be feasible at this time.�Services provided will include the following objectives: 1.�Provide comprehensive managed services to support the Commission in its mission by maintaining, troubleshooting, supporting and assuring the confidentiality, integrity, compliance and availability of Information Technology (�IT�) applications, databases, systems, workstations, servers, licensing, network, printer, video conferencing, staff support along with other IT equipment. Assist the Commission with the planning, scheduling, and implementation of various IT projects, from inception to execution of new software/hardware or stream-lined processes. Research Best Practices for equipment life cycle and replacement to include new servers, and other pertinent hardware/software. Maintain all systems in accordance with both the Federal Information Security Modernization Act of 2014 (FISMA) and the Federal Cybersecurity Enhancement Act of 2015. These Directive authorities are part of broader responsibilities granted to the Secretary of Homeland Security https://www.cisa.gov/federal-information-security-modernization-act� Contractor shall monitor the site for updates and adhere to the current metrics.� https://www.cisa.gov/sites/default/files/publications/FY_2021_FISMA_CIO_Metrics.pdf 2. Provide advice for overall IT program management, IT asset inventory, business continuity planning, reporting including CIO Metrics Reporting required under the Federal Information Security Modernization Act [�FISMA�], strategic vision and overall planning for all areas of IT. 3. Provide advice for overall IT risk management, policy development, information assurance, incident management, cyber security controls, vulnerability scanning, vulnerability management, internal cyber security audit and compliance (including compliance with those NIST 800-53 controls required by the FISMA.) 4. Provide support, assistance, troubleshooting and repair as required by employees of the Commission, its partner agencies, and contractors both in person and remotely. 5. Properly maintain all IT software and hardware assets in compliance with an appropriate and reasonable technology lifecycle plan, including assistance with procurement, regular maintenance (including proactive patch management), replacement, decommissioning and disposal. 6. Act as a trusted subject matter expert in IT matters, providing advisory services to the Commission as required. 7. Project appropriate project management and IT fulfillment services, in cooperation with office management to plan, schedule, deliver, implement, test and roll out various IT projects and systems. 8. Provide all required support to Commission in performance and response to audit functions, specifically including those reports and metrics required to be reported by the Office of the Inspector General (�OIG�) under the FISMA. 9. Provide website maintenance, content postings, and development services (including design). 10. Provide data backup (including off-site replication) of those servers and workstations operated by the Commission. 11. Provide cloud to cloud data backup of data hosted in Microsoft Office 365. Fiscal Service will consider written responses received no later than 8:00am ET on Friday, June 18, 2021 to purchasing@fiscal.treasury.gov ATTN: BS/PW. Responses shall reference SS-DNC-095, and responses shall include sufficient evidence that clearly shows the qualified contractor is capable of providing the requested products and services. If no written response is received that clearly demonstrates the qualified contractor's ability to meet all requirements, is more advantageous to the Government, and is received by the aforementioned deadline, Fiscal Service will set up the award on a sole-source basis to AlasConnect LLC. Qualified contractors shall provide the following information: 1. Company name and location, contact information, and business size (large business, small business, small disadvantaged business, 8(a), service disabled veteran owned small business, HUBZone, etc) based on NAICS code 611430, PSC U005. Qualified contractors shall insure that contact information includes the name, email address, and telephone number of their points of contact should the Government have questions regarding individual responses. 2. Whether the qualified contractor's services are available through a Government contract vehicle or via open market. 3. A capabilities statement, not to exceed 5 pages, that includes a description of your company's standard line of business and as a list of customers to which the qualified contractor provides the products and services described in this notice. 4. DUNS number, if applicable. The following file extensions are not allowable for submitted documents, and application materials/data submitted with these extensions cannot be considered: .bat.,.cmd .. com, .exe,.pif,.rar,scr, .hta,.cpl, and .zip files Microsoft Office-compatible documents are acceptable. No other information regarding this notice is available, and no solicitation is available. A request for more information will not be considered an affirmative response to this special notice. Telephone responses or inquiries to this notice will NOT be accepted. This notice does not restrict the Government to an ultimate acquisition approach. All firms responding to this notice are advised that their response is not a request which will be considered for contract award. All interested parties will be required to respond to any resultant solicitation separately from their response to this notice.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/a6f749a7358a440ea2c3cb39b0b71667/view)
 
Place of Performance
Address: Anchorage, AK 99501, USA
Zip Code: 99501
Country: USA
 
Record
SN06031672-F 20210617/210615230109 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.