Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF SEPTEMBER 19, 2024 SAM #8332
SOLICITATION NOTICE

J -- USCIS Card Personalization System Technology Refreshment (CPSTR)

Notice Date
9/17/2024 1:01:37 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
811310 — Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
 
Contracting Office
USCIS CONTRACTING OFFICE(ERBUR) Williston VT 05495 USA
 
ZIP Code
05495
 
Solicitation Number
70SBUR24R00000024
 
Response Due
9/23/2024 7:00:00 AM
 
Archive Date
10/08/2024
 
Point of Contact
Taylor Quintin, Way Goodman, Senior Contract Specialist
 
E-Mail Address
Taylor.J.Quintin@uscis.dhs.gov, waynette.a.goodman@uscis.dhs.gov
(Taylor.J.Quintin@uscis.dhs.gov, waynette.a.goodman@uscis.dhs.gov)
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice.� US Citizenship and Immigration Service (USCIS) intends to award an IDIQ contract on a sole source basis for�ongoing maintenance, optional testing, and equipment consumables for the Card Personalization System Technology Refreshment (CPSTR) located at the USCIS Production Facilities in Corbin, Kentucky (CPF), and in Lee�s Summit, MO (LPF) to General Dynamics Information Technology (GDIT). General Dynamics Information Technology 3211 Jermantown Rd. Fairfax, VA 22030 This is being sole sourced as�GDIT is the Original Equipment Manufacturer (OEM) of the USCIS CPSTR equipment. GDIT is the only entity authorized to provide maintenance services on all GDIT-owned intellectual property including software and hardware, user acceptance testing and qualification testing. The CPSTR system was designed and developed solely by GDIT with their specific data interfaces, capabilities, and physical footprint/infrastructure.�GDIT also provides the consumables to ensure shelf life and quality are maintained, and to track production lot issues to differentiate between equipment and consumable issues. All responsible sources may submit a capability statement, which shall be considered by the agency. This solicitation is issued as a Request for Proposal (RFP). The solicitation document and incorporated provisions and clauses are those in effect through the Federal Acquisition Circular (FAC) 2024-06 and Homeland Security Acquisition Regulation (HSAR), current as of July 21, 2023.��� The small business size standard for the set-aside is: N/A Late proposals� will not be accepted. Please see the attached documents: - Combined Synopsis/Solicitation Document - Redacted Justification & Approval (J&A) If potential industry participants have the capability to provide the services described below and are interested in participating in this acquisition action, please respond no later than September 23, 2024 by 10:00 am Eastern Time ��
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/2f1c1fe7032145d7836fc3e4e012c600/view)
 
Place of Performance
Address: Corbin, KY 40701, USA
Zip Code: 40701
Country: USA
 
Record
SN07213942-F 20240919/240917230112 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.