Search Contract Opportunities

DOI - IT Systems Operations and Administration (SOA)   4

ID: D12PS00050 • Type: Synopsis Solicitation • Match:  100%
Opportunity Assistant

Hello! Please let me know your questions about this opportunity. I will answer based on the available opportunity documents.

Please sign-in to link federal registration and award history to assistant. Sign in to upload a capability statement or catalogue for your company

Some suggestions:
Please summarize the work to be completed under this opportunity
Do the documents mention an incumbent contractor?
I'd like to anonymously submit a question to the procurement officer(s)
Loading

Description

Posted: March 2, 2012, 11:32 a.m. EST
The purpose of RFP Amendment 0005 is to extend the proposal due date from March 5, 2012 to March 16, 2012 and incorporate revised RFP Attachment 12 to reflect the revised due date (change highlighted in red font). Responses to this RFP shall be submitted in softcopy and hardcopy to the Herndon office and softcopy to the Denver office on or before 4:00 P.M. local time, Friday, March 16, 2012. All other terms and conditions remain unchanged. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested. Solicitation Number: D12PS00050 This solicitation is issued as request for proposal (RFP). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-55, effective February 2, 2012. This solicitation is a 100% competitive set-aside for 8(a) concerns. The Government anticipates that the majority of this effort may be performed under NAICS code 541513, Computer Facilities Management Services. The size standard for this code is $25,000,000.00. However, in order to provide a total solution to complete all the requirements, other appropriate NAICS codes may apply. If this is the case, offerors shall indicate the additional NAICS codes in their proposal. DESCRIPTION OF REQUIREMENTS: DOI requires the establishment of multiple, performance-based indefinite-delivery indefinite-quantity (ID/IQ) contracts and an initial task order. These ID/IQ contracts and the first task order include 9 Task Areas of support:Task Area 1: Contract Program ManagementTask Area 2: Data Center OperationsTask Area 3: Network ServicesTask Area 4: Database and Storage Administration Task Area 5: Web ApplicationsTask Area 6: System Software AdministrationTask Area 7: Email ServicesTask Area 8: Applications Development and AdministrationTask Area 9: Contract Transition CONTRACT TYPE: The requirement will be awarded as Hybrid ID/IQ contracts with firm-fixed price, time-and-materials, labor hour, and cost reimbursable (Travel Only) contract line items (CLINs). In addition, an initial Task Order will be awarded with Time-and-Materials(T&M) CLINs for Labor, Firm-Fixed Price (FFP) CLINs for Program Management and Transition Services, and Cost Reimbursable CLINs for Travel. PERIOD OF PERFORMANCE: The period of performance of the ID/IQ contracts and the initial task order shall be for a four (4) month base period with 4 one-year option periods. The base period shall be from 31 May 2012 through 30 September 2012. As an incentive, the offeror who is awarded the first task order has the opportunity to earn up to five additional option periods as award term options. The total period of performance of the first task order, if all options and award term options are exercised, is 31 May 2012 through 30 September 2021. REQUEST FOR PROPOSAL DOCUMENTS: The Request for Proposal documents can be accessed at the following website under Reference Number D12PS00050: https://www.fedconnect.net/FedConnect/
Posted: Feb. 29, 2012, 11:16 a.m. EST
Posted: Feb. 22, 2012, 6:12 p.m. EST
Posted: Feb. 21, 2012, 7:48 p.m. EST
Posted: Feb. 3, 2012, 2:58 p.m. EST
Posted: Feb. 2, 2012, 9:23 p.m. EST

Overview

Response Deadline
March 16, 2012, 1:00 a.m. EDT (original: Feb. 27, 2012, 12:00 a.m. EST) Past Due
Posted
Feb. 2, 2012, 9:23 p.m. EST (updated: March 2, 2012, 11:32 a.m. EST)
Set Aside
8(a) (8A)
Place of Performance
Not Provided
Source

Current SBA Size Standard
$37 Million
Pricing
Time And Materials; Fixed Price;
Est. Level of Competition
Low
Vehicle Type
Indefinite Delivery Contract
Signs of Shaping
68% of obligations for similar contracts within the Interior Business Center were awarded full & open.
On 2/2/12 Interior Business Center issued Synopsis Solicitation D12PS00050 for DOI - IT Systems Operations and Administration (SOA) due 3/16/12. The opportunity was issued with a 8(a) (8A) set aside with NAICS 541513 (SBA Size Standard $37 Million) and PSC D.
Primary Contact
Name
Shannon Griffin Shannon Griffin
Email
Phone
None

Secondary Contact

Name
None
Phone
None

Documents

Posted documents for Synopsis Solicitation D12PS00050

Question & Answer

The AI Q&A Assistant has moved to the bottom right of the page

Opportunity Lifecycle

Procurement notices related to Synopsis Solicitation D12PS00050

Award Notifications

Agency published notification of awards for Synopsis Solicitation D12PS00050

IDV Awards

Indefinite delivery vehicles awarded through Synopsis Solicitation D12PS00050

Contract Awards

Prime contracts awarded through Synopsis Solicitation D12PS00050

Incumbent or Similar Awards

Potential Bidders and Partners

Awardees that have won contracts similar to Synopsis Solicitation D12PS00050

Similar Active Opportunities

Open contract opportunities similar to Synopsis Solicitation D12PS00050

Additional Details

Source Agency Hierarchy
INTERIOR, DEPARTMENT OF THE > DEPARTMENTAL OFFICES > IBC ACQ SVCS DIRECTORATE (00004)
FPDS Organization Code
1406-00004
Source Organization Code
100185750
Last Updated
April 15, 2012
Last Updated By
PI33_DR_IAE_51681
Archive Date
April 15, 2012