SOLICITATION NOTICE
D -- RECOVERY - Security-focused IT CCB and Centralized Product Management Support Services
- Notice Date
- 3/10/2010
- Notice Type
- Presolicitation
- NAICS
- 541519
— Other Computer Related Services
- Contracting Office
- U.S. Department of State, FedBid.com -- for Department of State procurements only., FedBid.com, 2010 Corporate Ridge, Suite 750, McLean, Virginia, 22102
- ZIP Code
- 22102
- Solicitation Number
- TORFY1010
- Archive Date
- 4/8/2010
- Point of Contact
- Kathleen J Mejia,
- E-Mail Address
-
mejiakj@state.gov
(mejiakj@state.gov)
- Small Business Set-Aside
- Emerging Small Business
- Description
- In compliance with the transparency and accountability requirements associated with the supplemental appropriations provided by the American Recovery and Re-Investment Act of 2009, Pub L 111-5 THIS NOTICE IS PROVIDED FOR INFORMATION PURPOSES ONLY. In accordance with the Federal Acquisition Regulation 5.704, Publicizing-Preaward, the Government posts this notice of intent to award a sole-source a labor-hour task order under the existing Department of State Hybrid Information Technology Services for State (HITSS) contract, in the 8(a) Set-Aside Pool to WINS, 7404 Executive Place, Suite 400, Seabrook, MD 20706. No other companies are eligible to compete for this task order. The Department of State (DoS) has an urgent need for technical services to review and technically assess software on the network and software proposed to be on the network to reduce vulnerabilities and increase central control of all products/licenses on the network. In this review and assessment, contractor support will use current enterprise-level technology tools (iPost, McAfee, and other IRM tools available) to monitor software on the network for identification of basic Commercial-Off-the-Shelf (COTS) applications outside the Microsoft and Oracle Enterprise Licensing Agreements (ELAs) and Standard Operating Environment (SOE). There are instances of COTS applications installed that are not IT CCB approved and do not belong on the network. Also, many COTS applications that are widely used throughout the Department could require the establishment of other ELAs. The rationale for using other than a fixed-price approach is that the level of effort for the required IT services depends on variables that will not be known prior to task issuance and neither the Government nor the Contractor are able to estimate the extend or duration of the work with any reasonable degree of confidence. Because of the uncertainly of the work and level of effort, a fixed price task order can not be reasonably negotiated and only a labor-hour task order can be reasonably awarded.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/State/FedBid.com/FedBid1/TORFY1010/listing.html)
- Place of Performance
- Address: D.C. Metro Area, United States
- Record
- SN02088275-W 20100312/100310235059-6df4e971e7562d8b6ee976fac57ca819 (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 |