SPECIAL NOTICE
D -- CARGO SYSTEMS APPLICATION DEVELOPMENT AND OPERATIONS AND MAINTENANCE - DRAFT Statement of Work
- Notice Date
- 4/27/2018
- Notice Type
- Special Notice
- NAICS
- 541511
— Custom Computer Programming Services
- Contracting Office
- Department of Homeland Security, Customs and Border Protection, Procurement Directorate - DC, 1300 Pennsylvania Avenue, N.W., Room 1310 NP, Washington, District of Columbia, 20229, United States
- ZIP Code
- 20229
- Solicitation Number
- 20101531
- Archive Date
- 5/24/2018
- Point of Contact
- Monica Y. Watts, Phone: 202-344-2938, Fang-Ting Manson, Phone: 202-344-3943
- E-Mail Address
-
monica.y.watts@cbp.dhs.gov, fang-ting.manson@dhs.gov
(monica.y.watts@cbp.dhs.gov, fang-ting.manson@dhs.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- DRAFT Statement of Work, estimated Period of Performance (POP) is base period of one year with four option periods, total task order POP shall not exceed five years Dear Interested Parties, Thank you for your consideration of the Department of Homeland Security (DHS), U.S. Customs and Border Protection's (CBP) forthcoming procurement titled Cargo Systems Application Development and Operations and Maintenance Support for Cargo Systems Program Directorate in support of cargo systems applications. The scope of the support required for this contract shall include but, is not limited to, Collections Features, Cargo Release/SE Features, Post Release Features, ITDS Single Window Features, and Manifest Features. The scope also includes cross-functional support for the Agile Teams. The Statement of Work (SOW) describes the work to be performed, specific timeframes, and required deliverables under a Time &Material (T&M) contract vehicle. Please see the attached DRAFT SOW for additional information. The objective of this letter is to provide the Government's written notice of its intent to utilize the General Services Administration (GSA) Alliant Indefinite Delivery Indefinite Quantity (IDIQ) Small Business (SB) contract vehicle using a best value selection decision. This acquisition will be conducted as a two-phased procurement, using a competitive down-selection technique between phases. In this technique, two or more Offeror's will be selected from Phase I. It is expected that one Offeror from Phase II will be selected for award after a competitive down-selection on the basis of best value to the Government. The competition for Phase II will be based on the results of Phase I, and the award criteria for Phase II will include successful completion of Phase I requirements. A single, awardee T&M Task Order (TO) award is contemplated, as a result of this procurement. The Government anticipates an award date of November 2019, for a base period of one year with four one-year option periods. However, the Government reserves the right to make no award at all. GSA Alliant IDIQ SB consists of any and all components of an integrated IT solution, including all current and any new technologies which may emerge during the life cycle. In addition, the scope includes information technology systems and services in support of National Security Systems, as defined in FAR 39.002. It, also, provides IT Solutions through performance of a broad range of services which may include the integration of various technologies critical to the services being acquired. For additional information, please utilize the GSA Website. The Government will be inviting GSA Alliant SB Holders ONLY to bid on this Request for Proposal (RFP). The Government will not address inquiries prior to the release of the solicitation. GSA Alliant SB Holders ONLY will have any opportunity to ask questions during the question and answer (Q&A) period after the release of the RFP. Please be advised, the Government will not respond to any questions at this time in reference to this requirement. This information is being posted solely for informational purposes ONLY! CBP anticipates that these services will adequately support the projected scope of the requirement. The Government estimates that the magnitude of the requirement is roughly between $350 and 450 million. In an effort to facilitate the acquisition process, attached for your review is the draft version of the Cargo Systems Application Development and Operations and Maintenance Support SOW. The Government intends to pursue a streamlined acquisition approach for this requirement with a condensed solicitation timeframe. Therefore, the intent of releasing the SOW is to provide requirements information early in the acquisition process. This is not a request for quote or an invitation to bid, nor is it to be construed as a firm commitment by the Government to issue a formal solicitation or ultimately award a contract. This notice does not constitute an "opt-out" response to this acquisition. Not responding to this request does not preclude a contractor from receiving a subsequent solicitation, when one is issued. Information received will be used for internal CBP use only. Responses to this request are voluntary and the Government will not pay or reimburse any individuals or companies that respond to this request. Any costs incurred by interested companies are solely the responsibility of the contractor. The information provided by CBP in this statement and its attachment is subject to change and is not binding on the Government. Thank you for your continued interest and support in supporting CBP's mission. Attachment: 1. Draft CSPD Statement of Work (SOW)
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCS/PDDC20229/20101531/listing.html)
- Place of Performance
- Address: U.S. Customs and Border Protection, 1801 N. Beauregard St, Alexandria, VA 22311, Alexandria, Virginia, 22311, United States
- Zip Code: 22311
- Zip Code: 22311
- Record
- SN04903468-W 20180429/180427230322-032dd7430505e854b880366d298cdc28 (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 |