SOURCES SOUGHT: IT & Telecommunications Network Management

The Contractor shall provide all contract administration, contract management, personnel, tools, equipment, material, vehicles, transportation, consumable supplies, operation and maintenance necessary to perform Information Technology (IT) System Administration, Software Development, Web Based Application Development, Enterprise Script Writing, System Analyst, Database Administration, BMC Remedy products and Software testing for multiple Air Force IT systems in accordance with (IAW) this Performance Work Statement (PWS) and Government regulations Information Assurance Workforce Improvement Program, Personnel Security Program, Risk Management Framework, Cybersecurity Program Management, Information Dominance Governance and Management, Cyberspace Operations, Risk Management Framework (RMF) for Air Force Information Technology (IT), Information Operations, Cybersecurity Activities Support to DoD Information Network Operations, Architecting, Information Technology (IT) Asset Management, Command and Control (C2) for Cyberspace Operations, Public Web and Social Communication,
Computer Security, Cyberspace Workforce Management, Use of Commercial Wireless Devices, Services and Technologies in the Department of Defense (DoD) Global Information Grid Cybersecurity, Identity Authentication for Information Systems, NetOps for the Global Information Grid. The Contractor shall provide recommended solutions for technical issues associated
with this PWS.

The Contractor shall perform to the standards, workload estimates, and the degree of ability, knowledge, skills and timeliness required in the PWS. The Contractor shall be knowledgeable of developing technologies and shall be expected to have the technical expertise to transition into new operating environments.

  • Original Set Aside: 8(a) Set-Aside (FAR 19.8)
  • Product Service Code: D316 – IT AND TELECOM- TELECOMMUNICATIONS NETWORK MANAGEMENT
  • NAICS Code: 541519 – Other Computer Related Services
  • Place of Performance: Hill AFB , UT 84056 USA

Responses are due not later than Sep 24, 2020 03:00 pm MDT. + Add New Category

Full details via beta.sam.gov


govcon giants logo Check out our RESOURCES page for a sample letter that we use in response to government market research.

NASA: Contract Opportunity for Logistics Management Services

Ames Research Center (ARC) intends to increase the potential contract value by raising the maximum ordering quantity of the Indefinite Delivery/Indefinite Quantity (IDIQ) component of Contract 80ARC017C0001, Logistics Management Services (LMS) with Lockwood Hills Federal LLC on a sole-source basis pursuant to 10 U.S.C. 2304 (c)(1), and FAR 6.302-1, Only one responsible source and no other supplies or services will satisfy agency requirements.

The LMS contract is a single-award hybrid contract, consisting predominately of a Firm-Fixed-Price (FFP) portion for routine, recurring services (referred to as the “Core”), and a smaller IDIQ portion against which FFP task orders are issued for services within contract scope, but which exceed the regularly scheduled services in the Core.

Contract services include:

  1. Supply management
  2. Equipment management support
  3. Property disposal support
  4. Janitorial services
  5. Refuse and recyclable materials collection, removal, and disposal
  6. Shipping, receiving, mail service center, warehousing and re-distribution
  7. Fleet management services
  8. Reproduction services
  9. Graphics services

The purpose is to increase the maximum contract value by $1,000,000 ($1M) from $5,000,000 to $6,000,000 for the IDIQ portion of the contract. The contract value of the Firm Fixed Price portion remains unchanged. The contract performance period will not be extended and remains the same from June 21st, 2017 through August 15, 2022.  Based upon task orders issued heretofore and the likely surge in requests for janitorial services in response to COVID-related instances, it is imperative that the contract maximum value be increased so as to afford the Government the flexibility to issue additional task orders.

Responses to this notice must be submitted and received not later than Friday, August 31st, 2020 at 12:00 pm PST

Oral communications are not acceptable in response to this notice.

Information about major upcoming ARC procurement actions is available at Federal Business Opportunities website: www.beta.SAM.gov