AWARD
D -- Information Technology/Information Assurance/Infrastructure Protection Support
- Notice Date
- 11/1/2012
- Notice Type
- Award Notice
- NAICS
- 541513
— Computer Facilities Management Services
- Contracting Office
- Other Defense Agencies, Defense Microelectronics Activity, Defense Microelectronics Activity, 4234 54th Street, McClellan, California, 95652, United States
- ZIP Code
- 95652
- Solicitation Number
- H94003-12-R-0011
- Archive Date
- 11/15/2012
- Point of Contact
- Robert D. Crandell, Phone: 9162311530
- E-Mail Address
-
robert.crandell@dmea.osd.mil
(robert.crandell@dmea.osd.mil)
- Small Business Set-Aside
- N/A
- Award Number
- H94003-13-C-1303
- Award Date
- 10/31/2012
- Awardee
- Futureworld Technologies, Inc., 5740 Windmill Way, Suite 12<br />, Carmichael, California 95608, United States
- Award Amount
- Not to exceed $6,097,872.00
- Line Number
- 0001 - 0006
- Description
- This requirement acquires technical and professional support services, systems management, computer operations, systems programming, cyber security, Access Control Administration, and Surveillance System Support for all DMEA information technology, networking, communications, safety, surveillance, and critical infrastructure software, systems, and applications. Services apply to classified, unclassified and standalone systems and networks. Work to be performed includes technical, administrative, and professional services in support of DMEA requirements, including: • Semiconductor foundry process automation system integration, development, and support. • Business Process Management and knowledge management in support of Semiconductor Foundry Processes. • Perform network and PC hardware/software installation and maintenance in the areas that use and store hazardous chemicals and gases. • Computer/Network Systems Support, Computer Network Defense, Exchange Server Administration, Trouble Reporting, Information Center Support, Technical and Computer Equipment Maintenance Support, World Wide Web (WWW), Internet, and Intranet Development and Support for both unclassified and classified networks up to the TOP SECRET level. • Telecommunication System Operation, Integration and Support, Communications Network Support, and Video Teleconferencing Support. • Information Assurance, DoD Certification and Accreditation of systems and networks. • Custom application development and support. • Facility and Infrastructure Protection, Access Control and Surveillance System Support and Administration. • Custom application and system development, and other Production System Support. Support under this effort provides for DMEA classified and unclassified networks and systems and complies with DoD and DMEA policies and procedures. The contractor provides all services, personnel, materials, and related equipment. This is a time and materials contract. The base period was awarded at $1,986,360.00, not including the two one-year options. This was a 100% Small Business set-aside. The contractor is required to staff effort on a 24/7 basis and will be expected to perform in the event of unpredictable emergencies system failures. As a result of changing DoD directives and requirements, the contractor's work effort can not be fully defined at contract award. The contractor is required to work around DMEA workloads which include the semiconductor manufacturing facility and requires the contractor to have a flexible schedule for hardware and software installation, maintenance, and updates. DMEA is growing and anticipates in-house workload fluctuations and growth. In accordance with FAR 16.601(c) (1) a time and materials contract is suitable for this effort. The determination is based on the following rationale: (a) The contract is for information technology, information assurance, and infrastructure protection support services where the level of effort required is not fully known at this time. This will be a competitively awarded contract, thus fair and reasonable pricing will be established by the competitive process; (b) Contract will include a ceiling price that the contractor exceeds at their own risk; (c) Appropriate Government surveillance will be performed during performance and will provide reasonable assurance that efficient methods and effective cost controls are used; nearly all contract performance is on-site at the Government's facility; (d) The contractor's accounting system is adequate for accumulating costs applicable to the order; and (e) Our local COTR and PCO will be responsible for surveillance during the performance period. Our oversight will provide reasonable assurance that efficient methods and effective cost controls are used. PERIODS OF PERFORMANCE: Base Year: 1 Nov 2012 - 31 Oct 2013 Opt Year 1: 1 Nov 2013 - 31 Oct 2014 Opt Year 2: 1 Nov 2014 - 31 Oct 2015 A Site Visit was held at 10:00am on 8 August, 2012. All interested offerors were invited to attend. The following FAR clauses apply: 52.212-1, 52.212-2 Evaluation - Commercial Items, Instructions to Offerors - Commercial; 52.212-3, Offeror Representations and Certifications-Commercial Items; 52.212-4 Contract Terms and Conditions-Commercial Items and 52.212-5, Contract Terms and Conditions required to Implement Statutes or Executive Orders-Commercial Items. DFARS clause 252.212-7001, Contract Terms and Conditions required to Implement Statutes or Executive Orders Applicable to Defense Acquisition of Commercial Items. DPAS Rating is S10. Offers were received by DMEA by 3:30pm (Pacific time) 29 August, 2009.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/ODA/DMEA/DMEA/Awards/H94003-13-C-1303.html)
- Record
- SN02922869-W 20121103/121101234454-3fbb1263c07ae68ea0f24a51ab2def3c (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 |