Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 10, 2012 FBO #3851
SOLICITATION NOTICE

D -- RMF Step 1-3b and 4-4b (8a SB Set Aside) - Package #1

Notice Date
6/8/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541511 — Custom Computer Programming Services
 
Contracting Office
Department of Agriculture, Office of Procurement and Property Management, Procurement Operations Division, 300 7th Street, S.W., Room 377, Reporters Building, Washington, District of Columbia, 20024
 
ZIP Code
20024
 
Solicitation Number
AG-3142-S-12-0041
 
Point of Contact
Janice L Tillery,
 
E-Mail Address
janicel.tillery@dm.usda.gov
(janicel.tillery@dm.usda.gov)
 
Small Business Set-Aside
Competitive 8(a)
 
Description
MS Word Version - Attachment 5 Past Performance Questionnaire MS Word Version Pg58-116 MS Word Version Pg4-57 AG-342-S-12-0041 Page 58-116 AG-342-S-12-0041 Page 4-57 AG-342-S-12-0041 Page 1-3 The United States Department of Agriculture (USDA), Office of the Chief Information Officer (OCIO) has a requirement to establish multiple Blanket Purchase Agreements (BPAs) for Risk Management Framework (RMF) Step 1-3b (Formerly C&A Phase 1) and Step 4-4b (Formerly C&A Phase 1), Information Technology Security Assessment and Authorization (SA&A) of USDA-wide Agency systems, which includes developing specific documentation that meets USDA requirements for documenting security controls and for security Assessment and Authorization in accordance with the attached RMF Step 1-3b and RMF Step 4-4b Performance Work Statements. 8a PROGRAM SMALL BUSINESS SET-ASIDE: This requirement has been set aside for award to 8a Program Small Business concerns that do not currently have a GSA FSS contract. Consideration will only be given to 8a Program Small Business to ensure that USDA achieves it small business goals, preference for award will be given to small businesses. PWS: Areas highlighted in green is USDA Agency specific information that will be filled in by the individual USDA Agency requesting a price estimate for their Agency specific RMF Step 1-3b or RMF Step 4-4b system service. SEE "INSTRUCTIONS TO OFFERORS" IN THE SOLICITATION PROVISIONS BUSINESS ETHICAL CONDUCT AND PROCUREMENT INTEGRITY - Offerors are prohibited from contacting any USDA staff regarding this requirement. To protect the procurement integrity of this requirement and to avoid the appearance of an unfair advantage to any Offeror, interested Offerors shall not contact the program office or any other USDA staff directly, but shall direct all inquires to the Contracting Officer. Proposals received from Offerors that do not comply, will result proposal rejection and not being considered for award. PROPOSAL QUESTIONS - NO TELEPHONE CALLS, PLEASE. All questions shall be submitted in writing not later than 12:00 noon (ET), Wednesday, June 13, 2012 via email at JaniceL.Tillery@usda.gov. Reference: RFQ #AG-3142-S-12-0041, RMF Step 1-3b and RMF Step 4-4b SA&A in the "Subject" line of the email. Questions submitted after this due date and time may not receive a response. Please consolidate all questions into one email submission. Please do not send more than one email. PROPOSAL DUE DATE AND TIME - The detailed proposal shall be submitted via email at JaniceL.Tillery@usda.gov, not later than 3:00 p.m. (ET), Thursday, June 21, 2012. Reference: RFQ #AG-3142-S-12-0041, RMF Step 1-3b and RMF Step 4-4b SA&A in the "Subject" line of the email. PROPOSAL FORMAT - Although there are two (RMF Step 1-3b and RMF Step 4-4b) different Performance Work Statements (PWS), Offerors shall submit only one (1) proposal addressing all elements of each PWS and all evaluation criteria of each PWS. Offeror's proposal must clearly demonstrate the ability to provide both RMF Step 1-3b and RMF Step 4-4b in order to be considered for award. The Offeror's submission in response to the RFQ shall be in PDF format (Technical, Management/Relative Experience, Resumes, Past Performance) and Excel format (Pricing). Pages shall be numbered sequentially. The proposal shall be divided into five (5) parts: Part 1 shall include items 1-2; Part 2 shall include items 3 thru 5; Part 3 shall include item 6; Part 4 shall include item 7; and Part 5 shall include item 8.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USDA/OPPM/POD/AG-3142-S-12-0041/listing.html)
 
Place of Performance
Address: See Attached, United States
 
Record
SN02770371-W 20120610/120608234943-f0d46f4c46b2b9a527c5d30074e21133 (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 |
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.