Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 11, 2012 FBO #3731
SOLICITATION NOTICE

R -- USAC Presolicitation for Temporary IT Support Services

Notice Date
2/9/2012
 
Notice Type
Presolicitation
 
NAICS
561320 — Temporary Help Services
 
Contracting Office
Federal Communications Commission, Office of the Managing Director, Contracts and Purchasing Center, 445 12th Street, SW, Washington, District of Columbia, 20554
 
ZIP Code
20554
 
Solicitation Number
USAC-IT-2012-02-15
 
Archive Date
3/1/2012
 
Point of Contact
Jay H. Beard, Phone: 202-776-0200
 
E-Mail Address
jbeard@usac.org
(jbeard@usac.org)
 
Small Business Set-Aside
Total Small Business
 
Description
The Universal Service Administrative Company ("USAC") intends to issue a request for proposals from temporary help service providers and I nformation Technology ("IT") s ervices vendors to provide temporary staffing for the following five software development and maintenance related labor categories: (1) Oracle® Database Administrator; (2) Quality Assurance Analyst; (3) Java 2 Platform Enterprise Edition ("J2EE") Developer; (4) Senior J2EE Developer; and (5) Configuration Manager. Offerors may submit proposals for one or more of these labor categories. USAC anticipates the need to fill one temporary position for each of these labor categories, with the exception of J2EE Developer, for which four temporary positions are anticipated. USAC intends to award multiple, but no more than four, indefinite-quantity, indefinite-delivery (IDIQ) contracts. Services will be obtained by issuing task orders under one or more of the awarded contracts. USAC intends to compete all task order awards amongst the contract awardees in accordance with the task order issuance procedures set forth in the RFP. Task orders will be priced on a labor-hour basis using fixed labor rates established in each contract. The anticipated RFP release date is February 15, 2012. The RFP will be made available through FedBizOpps. This procurement will be conducted generally in accordance with the simplified acquisition procedures in Federal Acquisition Regulations ("FAR") Subpart 13.5. All responsible sources may submit proposals, which shall be considered by the USAC. However, offerors must have an active Central Contractor Registration profile in order to be awarded a contract. This procurement will be set-aside for small businesses. The NAICS code for this procurement is 561320, with a small business size standard of $13.5 million. The anticipated date for contract awards is March 7, 2012. The term of each contract will be one year. USAC may issue task orders at any time during the contract term. The performance period of individual task orders will be as specified in each task order and may extend up to six months beyond the contract term. USAC is a not-for-profit Delaware corporation. The FCC appointed USAC as the permanent administrator of the Universal Service Fund ("USF") and the Universal Service Support Mechanisms - the High Cost Program, the Low Income Program, the Rural Health Care Program and the Schools and Libraries Program (collectively referred to as "programs" or "support mechanisms") - as set forth in Title 47, Part 54, Section 701 of the Code of Federal Regulations ("C.F.R."). USAC administers the mechanisms pursuant to FCC regulations in 47 C.F.R. Part 54. Subject to Commission oversight, USAC performs the billing, collection, and disbursement functions associated with the programs. Certain aspects supporting program administration are outsourced to USAC contractors. USAC is not a Federal agency, a government corporation, a government controlled corporation or other establishment in the Executive Branch of the United States Government. USAC is not a contractor to the United States Government. The contract awarded as a result of this RFP will not be a subcontract under a Federal prime contract. However, USAC conducts its procurements in accordance with the terms of a Memorandum of Understanding with the FCC, which requires USAC, as a general matter, to apply designated provisions of the FAR, including requirements for full and open competition.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/FCC/FCCOMD/FCCCPC/USAC-IT-2012-02-15/listing.html)
 
Place of Performance
Address: 2000 L Street, NW, Suite 200, Washington, District of Columbia, 20036, United States
Zip Code: 20036
 
Record
SN02671601-W 20120211/120210114301-6e8949b49b416e5e83935136a860e0ab (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 |
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.