MODIFICATION
D -- Infrastructure Design Engineering Architecture Integration (IDEAI-2)
- Notice Date
- 7/24/2013
- Notice Type
- Modification/Amendment
- NAICS
- 541512
— Computer Systems Design Services
- Contracting Office
- Department of Commerce, Patent and Trademark Office (PTO), Office of Procurement, P. O. Box 1450 - Mail Stop 6, 600 Dulany Street, MDE, 7th Floor, Alexandria, Virginia, 22313-1450
- ZIP Code
- 22313-1450
- Solicitation Number
- DOC52PAPT1300014
- Response Due
- 8/22/2013 2:00:00 PM
- Point of Contact
- Linda Applewhite, Phone: 5712722256
- E-Mail Address
-
IDEAI2@uspto.gov
(IDEAI2@uspto.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- The USPTO has a continuing requirement for Infrastructure, Design, Engineering, Architecture, and Integration, (IDEAI-2) contractor(s) to provide independent, objective, and expert technical advice and assistance for ongoing and future information technology initiatives. This is a follow-on competition to Contract No. DOC50PAPT0801027, which is held by General Dynamics Information Technology (GDIT), DOC50PAPT0801026, which is held by Project Performance Corporation (PPC) and DOC50PAPT0801028 with ManTech MBI, Inc. (ManTech). This RFP is set aside for small business participation. The NAICS code is: 541512, Computer Systems Design Services with a small business standard of $25.5M. The anticipated period of performance is a one year (1) base period with four (4) one-year options for renewal. It is anticipated that the contract will be a labor hour type contract with task ordering provisions. The USPTO expects to award multiple performance-based service contracts as a result of this competition. The anticipated annual level of effort for this requirement is 139,400 hours total for the base period of performance and 139,400 hours for each of the four (4) one-year options. In order to be considered for award, the Contractor must use an Earned Value Management System that is compliant with the guidelines in ANSI/EIA Standard 748. If the Contractor does not have an existing earned value system that is compliant with the guidelines in ANSI/EAI - 748, the Contractor shall use this non-compliant or non-validated system for an interim period, which will be negotiable between the Government and the Contractor. At the end of the agreed upon interim period, the Contractor shall be prepared to demonstrate to the CO that the EVMS complies with the ANSI/EIA Standard 748. Earned Value Management (EVM) shall be applicable to discrete task orders with a value greater than $1,000,000 and with a period of performance exceeding 90 days. The Government has determined that due to conflicts of interest, companies who have been awarded System Development and Integration (SDI-NG) prime contracts or subcontracts are not eligible for award of an IDEAI-2 prime contract or subcontract. If your company does not have a current SDI-NG contract or subcontract, your company is not automatically disqualified from participating in the IDEAI-2 procurement. However, it is your company's responsibility to disclose its prior work on SDI-NG and to submit an OCI mitigation plan if required. Offerors may propose or be proposed under either the Small Business Set-aside (RFP DOC52PAPT1300014) or the Full and Open (RFP DOC52PAPT1300015) competition of the IDEAI-2 program in the role of a prime contractor or as a subcontractor, but not both. Therefore, during the life of the contract, Contractors who receive awards as a prime or as a subcontractor under RFP DOC52PAPT1300014 will be prohibited from participating on any task orders issued under contracts awarded under RFP DOC52PAPT1300015. The USPTO intends to award multiple contracts as the result of this procurement. Therefore, due to the potential for decreased task order competition after award, cross-teaming is prohibited under this contract. The prohibited cross-teaming condition exists when a prime contractor participates as a subcontractor or team member with another prime contractor, or when a subcontractor/team member subcontracts or teams with more than one prime contractor. The intent of this prohibition is to create pure, distinct, separable teams that remain as such during the life of this contract. Questions may be submitted following the procedures specified in the RFP. This acquisition will be conducted using streamlined measures, to include oral presentations by offerors. Details are specified in the solicitation. The POC is Linda Applewhite, Contract Specialist, ph: 571-272-2256, Fax: 571-273-2256 or e-mail: IDEAI2@uspto.gov., U.S. Patent and Trademark Office, Office of Procurement, P.O. Box 1450, Alexandria, VA 22313-1450.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/PTO/OPDC20220/DOC52PAPT1300014/listing.html)
- Place of Performance
- Address: 600 Dulany Street, Alexandria, Virginia, 22313-1450, United States
- Zip Code: 22313-1450
- Zip Code: 22313-1450
- Record
- SN03126555-W 20130726/130725000051-9e9cd293432056a06b1ba64134cf468b (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 |