Federal Bid

Last Updated on 20 Dec 2016 at 9 AM
Solicitation
George Iowa

Joint contiguous United States (CONUS) Communications Support Environment (JCCSE) Support Services

Solicitation ID W9133L-17-R-0003
Posted Date 21 Nov 2016 at 6 PM
Archive Date 20 Dec 2016 at 5 AM
NAICS Category
Product Service Code
Set Aside Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
Contracting Office W39l Usa Ng Readiness Center
Agency Department Of Defense
Location George Iowa United states

 

The National Guard Bureau (NGB) anticipates releasing Request for Proposal (RFP) W9133L-17-R-0003 on or about, 05 December 2016 for Joint contiguous United States (CONUS) Communications Support Environment (JCCSE) Support Services.

These non-personal IT Support Services provide support to improve business processes and provide direct support to the Joint Force Headquarters (JFHQs) and Chief, National Guard Bureau (NGB).

The end-state is to institutionalize JCCSE throughout the National Guard enterprise, transform Joint Staff (JS) operations, improve support to the JFHQs, and more efficiently execute the JS mission. The requirement is for on-site services to be provided to the NG-J6 in support of JCCSE, in addition to the following six key functional J6/CIO Task areas: IT Strategic Planning support, Program Management (PM) support, Capital Planning Investment Control/Portfolio Management (CPIC/PfM), Information Management/Knowledge Management (IM/KM), and Cybersecurity.

The place of performance will be at the Army National Guard Readiness Center, 111 S. George Mason Dr. Arlington, VA 22204-1373. The period of performance will include a 12 month base period and four (4) 12 month option periods.

The NAICS code applicable to this procurement is 541519, entitled Other Computer Related Services. The corresponding small business size standard is $27.5 Million. The requirement will be solicited as a competitive Service-Disabled Veteran-Owned Small Business Set Aside and will be subject to the policies and procedures outlined in the Federal Acquisition Regulation (FAR) and other applicable regulations and FAR supplements. The Government anticipates the resultant contract will be Firm Fixed Price (FFP).

The RFP will be accessible through the following site only:

1) Federal Business Opportunities (FBO) website, https://www.fbo.gov

The RFP and any subsequent documents related to this requirement will be available for download at the FBO website referenced above. Potential offerors are responsible for monitoring these sites for the release of the RFP package and any subsequent amendments. No paper copies of the RFP will be mailed and telephone requests will not be honored.

The official release of the RFP will be posted electronically via Government-wide Point of Entry (GPE) at Federal Business Opportunities (FBO) http://www.fedbizopps.gov. It is the responsibility of interested offerors to monitor the FBO website, on a regular basis, for any updates to these documents. Other documents, as necessary, will be posted when available.

Questions prior to the issuance of the solicitation may be addressed to Cole Cook via email at [email protected].

Bid Protests Not Available

Similar Past Bids

Location Unknown 22 Nov 2021 at 3 PM
Lackland air force base Texas 27 Jan 2023 at 8 PM
Lackland air force base Texas 27 Jan 2023 at 7 PM