SOURCES SOUGHT
D -- Data Ctr Equip & Software Maint Support - Draft PWS
- Notice Date
- 1/13/2017
- Notice Type
- Sources Sought
- NAICS
- 541513
— Computer Facilities Management Services
- Contracting Office
- Department of Homeland Security, Customs and Border Protection, Procurement Directorate - IN, 6650 Telecom Drive, Intech Two, Suite 100, Indianapolis, Indiana, 46278, United States
- ZIP Code
- 46278
- Solicitation Number
- HWSW-MAINT-2017-RFI
- Archive Date
- 2/18/2017
- Point of Contact
- Donna R. McMullen,
- E-Mail Address
-
donna.r.mcmullen@cbp.dhs.gov
(donna.r.mcmullen@cbp.dhs.gov)
- Small Business Set-Aside
- N/A
- Description
- Draft Performance Work Statement U.S. Customs and Border Protection Office of Information and Technology Data Center Equipment and Software Maintenance Support Request for Information (RFI) - Purpose: The U.S. Customs and Border Protection (CBP), Office of Information and Technology (OIT), is seeking market research information for CBP to develop an acquisition strategy to acquire contractor services to perform the Attachment 1 Performance Work Statement (PWS). This Request for Information (RFI) is issued solely for informational and planning purposes and does not constitute an Invitation for Bids, Request for Proposals, or Request for Quotes. Nor does it constitute a commitment, implied or otherwise, that CBP will conduct an acquisition for these services. Responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. CBP will not be responsible for any costs incurred in furnishing this information. The information provided in this RFI is subject to change and is not binding on the Government. All submissions become the property of the Federal Government and will not be returned. All information received resulting from this RFI will be used by CBP for acquisition planning and market research purposes only. Information received will be used for internal CBP use only. However, your response may be releasable to the public under the Freedom of Information Act (FOIA), 5 U.S.C. 552, and the DHS FOIA regulation, 6 C.F.R. Chapter 1, Part 5. If you wish CBP to consider any portion of your response as "confidential commercial information", you should clearly mark the portion as "confidential commercial information". The procedures for identifying "confidential commercial information" are set forth in the DHS FOIA regulation cited above and are available on the DHS website http://www.dhs.gov/xfoia/editorial_0579.shtm. CBP, at its discretion, may request respondents to this RFI to meet with CBP program and contracting officials and to elaborate on information in their written response. Respondents to this RFI may not be notified of any results derived from a review of the information provided. Responding to this RFI A. Responses to the RFI should include the following information: 1. Name and address of contractor. 2. Name, e-mail address, and telephone number of contractor's primary point of contact for the response. 3. Identify if your company is on any type of Government Wide Contract (GWAC) or DHS Strategic Sourcing Vehicle. If your company is a GSA schedule holder, identify the schedule and expiration date. 4. Size of company providing the response to the RFI (large business, small business, disadvantaged small business, service-disabled veteran-owned small business, woman-owned small business, or HUBZone small business). 5. Provide a listing of no more than three (3) contracts or task orders that the contractor has been awarded for similar Data Center Equipment Hardware and Software Maintenance Services (can be performing as the prime or as a subcontractor). If the past performance was as a subcontractor to a prime, indicate the percentage of subcontracted work. These services should be of similar size, scope, and complexity, awarded within the last three (3 ) years and include the following information: i. Contract number, FSS or BPA number, or task order number ii. Agency iii. Period of performance iv. Description of services v. Contract/Task Order/BPA total amount vi. Contract type: (Firm Fixed Price (FFP), Time &Materials (T&M), Labor Hour (LH), Cost Plus Fixed Fee (CPFF) or Cost Plus Award Fee (CPAF)) 6. Are there any specific requirements identified in the PWS that could potentially be "re-visited" by the Government that would allow completion of the work at a lower contract price? 7. Please submit a rough order of magnitude (ROM) estimate for the tasks identified in the PWS including labor categories and labor rates. If sufficient information is not provided in the PWS to support a fixed price arrangement, identify what additional information would satisfy your ability to fix price. 8. Based on the requirements in the PWS, what contract vehicle (e.g., Blanket Purchase Agreement (BPA), Indefintie Delivery Indefinite Quanity (IDIQ), or a Stand Alone Contract /Task Order) would you recommend to meet the requirements? 9. a). Are there any issues or questions you have regarding performing the scope of work as defined in the draft PWS attached to this RFI? b). Do you have any recommendations to improve how the tasks are defined or to help you develop a more comprehensive offer should a Request for Proposal (RFP) follow? B. All responses to this RFI are due not later than February 3, 2017 by 2:00pm EST. Responses received after this due date may not be reviewed by CBP. C. All responses to the RFI must be submitted by e-mail only (no telephone calls or letter responses) to: Donna McMullen ITCD U.S. Customs & Border Protection Email: donna.r.mcmullen@cbp.dhs.gov D. The page limit for vendor responses to the RFI is 10 pages. Please do not include company marketing information as part of your response to the RFI. The RFI responses shall be in Times New Roman or Arial font with 10 to 12 font size on company letterhead.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCS/FPSB/HWSW-MAINT-2017-RFI/listing.html)
- Place of Performance
- Address: Data Center at Newington, VA; Stennis, MS; and Clarksville, VA; as well as other CBP locations within a 50-mile radius of Washington, DC. Currently, there are approximately 17 other CBP locations in the Washington, DC area. The number of locations within the Washington, DC area is subject to change from time to time., Newington, Virginia, 22122, United States
- Zip Code: 22122
- Zip Code: 22122
- Record
- SN04371444-W 20170115/170113234052-668a2d545fcafb2e43c9a4cdeaa77ffb (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 |