Search Contract Opportunities

2 Tier II Administrator- Active Directory & AWS Solutions Design Architect   2

ID: CO320-23 • Type: Synopsis Solicitation

Description

Work with the Active Directory, Amazon Web Services (AWS) and lead within FPI to provide configuration enhancements within Active Directory and Amazon Web Services (AWS) to improve IT operations, security, and/or allow for expansion of resources into a cloud environment.

Background
UNICOR, Federal Prison Industries (FPI) is a wholly owned Federal Government Corporation with factories throughout the United States in approximately 50 Federal Prisons. FPI is a non-appropriated Federal Agency and manufactures various products for sale to other Federal Agencies and DoD. The scope of work will include policy management within Active Directory, Amazon Web Services(AWS), establishing IT baselines, troubleshooting system performance issues, integrating Active Directory into the FPI IT environment, integrating Active Directory into cloud environments and using Active Directory to enhance inmate IT security. Contractor may be tasked with non-Active Directory assistance in managing resources at the FBI Data Center in Clarksburg, WV where FPI houses IT equipment. The position will report to a Supervisory IT Specialist within the ISM section of the Management Information Systems Branch within FPI.

Work Details
The work includes providing senior-level expertise in Microsoft Active Directory, Amazon Web Services (AWS) for both development, configuration and production operation environments. It also involves managing all privileged Users and Group, following Microsoft’s best practice of least privilege for maintaining Active Directory OU structure across three domains, providing recommendations to further the goals of IT consolidation, improve security or help utilize cloud environments.
Additionally, it requires creating best practice methodologies and tools, policies and PKI management and certificate approval. The contractor must also manage VMware 6.0 or higher and Hyper-V 2016 in an enterprise environment.

Period of Performance
The solicitation is issued as a 1 year base period with four renewal one-year options (if exercised) fixed price indefinite delivery-indefinite quantity type contract.

Place of Performance
Work may be performed on a “tele-work” basis. Occasional travel to the FBI Data Center in Clarksburg, WV and BOP facilities in Gilmer, WV and BOP/UNICOR Institutions may be required.

Overview

Response Deadline
Sept. 15, 2023, 2:00 p.m. EDT Past Due
Posted
Aug. 22, 2023, 9:42 a.m. EDT (updated: Dec. 2, 2023, 5:41 p.m. EST)
Set Aside
Small Business (SBA)
Place of Performance
Washington, DC 20534 United States
Source
SAM

Current SBA Size Standard
$34 Million
Pricing
Likely Fixed Price
Est. Level of Competition
Average
Signs of Shaping
73% of obligations for similar contracts within the Bureau of Prisons were awarded full & open.
On 8/22/23 Central Office issued Synopsis Solicitation CO320-23 for 2 Tier II Administrator- Active Directory & AWS Solutions Design Architect due 9/15/23. The opportunity was issued with a Small Business (SBA) set aside with NAICS 541512 (SBA Size Standard $34 Million) and PSC R799.
Primary Contact
Name
Kimberly Schwinn   Profile
Phone
(202) 305-3730

Documents

Posted documents for Synopsis Solicitation CO320-23

Question & Answer

Opportunity Lifecycle

Procurement notices related to Synopsis Solicitation CO320-23

Award Notifications

Agency published notification of awards for Synopsis Solicitation CO320-23

IDV Awards

Indefinite delivery vehicles awarded through Synopsis Solicitation CO320-23

Incumbent or Similar Awards

Contracts Similar to Synopsis Solicitation CO320-23

Potential Bidders and Partners

Awardees that have won contracts similar to Synopsis Solicitation CO320-23

Similar Active Opportunities

Open contract opportunities similar to Synopsis Solicitation CO320-23

Additional Details

Source Agency Hierarchy
JUSTICE, DEPARTMENT OF > FEDERAL PRISON INDUSTRIES, INC > CO BUSINESS OFFICE
FPDS Organization Code
1542-15UC0C
Source Organization Code
100523247
Last Updated
Dec. 2, 2023
Last Updated By
kimberly.schwinn2@usdoj.gov
Archive Date
Dec. 2, 2023