SOLICITATION NOTICE
D -- Information Technology and Telecommunications EnterpriseSupport Services
- Notice Date
- 12/9/2008
- Notice Type
- Presolicitation
- Contracting Office
- Department of Energy, Federal Locations, All DOE Federal Contracting Offices, PO Box 5400 Albuquerque, NM
- ZIP Code
- 00000
- Solicitation Number
- DE-RP52-09NA00000
- Response Due
- 12/31/2008
- Archive Date
- 6/30/2009
- Point of Contact
- Eusebio M Espinosa, Contracting Officer, 505-845-5809,eespinosa@doeal.gov;Lisa Buffkins, Contract Specialist, 505-845-5966,<br />
- Small Business Set-Aside
- N/A
- Description
- This is not a Notice of Solicitation. The Department of Energy,National Nuclear Security Administration (DOE NNSA), is planning to conduct a competitive acquisition using procedures delineated in FAR Part 15. The anticipated effective date for the new contract is October 2009. The scope of work will require the contractor to be capable of providing a range of information technology and communications support services for the DOE NNSA Office of Secure Transportation. The Office of Secure Transportation (OST) provides safe and secure transportation of nuclear weapons and components and special nuclear materials, and conducts other missions supporting the national security of the United States of America. In support of this mission, the OST maintains an extensive Command and Control, Communications, Computers and Cyber Security (C5) infrastructure to manage planning, scheduling, resource and asset management, operational tracking and monitoring of mobile assets, and consequence management. The OST C5 organization also manages IT solutions for OST business functions that support the core mission, such as project management and enterprise asset control. The North American Industry Classification System (NAICS) Code for this requirement is 517919, All Other Telecommunications, with a small business size standard of $25 Million. DRAFT PERFORMANCE WORK STATEMENT. The draft Performance Work Statement (PWS) is provided (Attachment 1) to facilitate industry planning and preparations in advance of a formal Request for Proposal. General comments and suggestions regarding the PWS, suggested pricing (contract type), and suggested contract line item structure is requested. SEEKING CAPABLE SOURCES. To assist with determining industry interest, capability and whether the proposed acquisition can be set-aside for small business concerns, interested firms are asked to submit an Expression of Interest (EOI) and Statement of Capabilities (SOC). DOE NNSA OST is seeking sources for the proposed contract encompassing information technology and telecommunications life-cycle support tasks associated with various OST operational and operational support systems, including: Requirements Engineering: Conduct needs assessment and requirements analysis as part of the normal system life cycle, and as emerging needs are identified by operational or business units. Independent Test and Evaluation: Conduct test and evaluation of developmental systems prior to production and deployment as part of a normal quality assurance effort for mission support and business support IT/telecommunications systems. Application Development and Support: Develop and/or maintain various applications that support the organizations operational mission and business processes. Most of the organizations applications are database-driven, using a web-based interface based on the Microsoft ASP.Net environment. Multi-Level Security (MLS) Architecture and Network Engineering and Support: Develop and support solutions within the OSTs MLS environment, including development of solutions, IT system administration, hardware maintenance and other life-cycle support functions. Strong experience with MLS solutions is needed, particularly those accepted in the Department of Defense environment. Telecommunications Engineering and Support: Develop and support solutions pertaining to command and control communications and communications security between OST mobile units and the OST command authorities. The OST also maintains of a group of five telecommunications relay stations in CONUS. This general area may include evaluation/assessment of solutions proposed to the OST by other government and private developers as well as actual development and support. Cyber Security: Support OST efforts in the areas of programmatic and technical cyber security with regard to OST systems and major applications. The OST follows NNSA cyber security policies that are consistent with OMB Circular A-130, the Federal Information Security Management Act, and National Institute of Standards and Technology (NIST) Federal Information Processing Standards and Special Publications. Under the proposed contract, services currently provided by approximately 30 employees under multiple contracts would be consolidated. The majority of these employees are at the OST Headquarters location in Albuquerque, NM, while a smaller number of support staff members are at other OST locations in Amarillo, TX; Fort Smith, AR; and Oak Ridge, TN. OST telecommunications stations are located in ID, MD, MO, NM, SC. As a result of the sensitive nature of the DOE NNSA OST mission, the successful contractor, and its subcontractors or team members, will be required to have an affirmative determination of Foreign Ownership, Control and Influence (FOCI). In addition, many contractor personnel performing on the contract will be required to obtain and maintain DOE Level L or Q level security clearances. Since this sources sought synopsis is being used strictly to determine if sufficient small business capability exists to set this acquisition aside, large businesses should not reply. In order to be evaluated as capable for purpose of a set aside determination, a small business must be able to perform a majority of the draft PWS. Given the type, size, and complexity of work envisioned for this requirement, DOE NNSA recommends that small businesses should consider teaming arrangement. In accordance with Federal Acquisition Regulation (FAR 9.603), the Government will recognize the integrity and validity of contractor team arrangements; provided the arrangements are identified and company relationships are fully disclosed in an offer or, for arrangements entered into after submission of an offer, before the arrangement becomes effective. A contractor team arrangement is one where two or more companies form a partnership or joint venture to act as a potential prime contractor or a prime contractor agrees with one or more companies to have them act as its subcontractors under a specified Government contract or acquisition program. Small businesses can form a number of teaming arrangements that may include, but not be limited to: prime/sub, SBA-approved Mentor Protg, a joint venture, SBA-approved Mentor Protg Joint Venture. Small businesses should consult applicable regulations related to the teaming approach under consideration to ensure compliance with the size standard (e.g., affiliation rules or subcontracting limitations). The EOI shall state whether the concern is a Small Business, Small Disadvantaged Business, 8(a) Small Business, HUBZone Small Business, Woman-Owned Small Business, Veteran-owned Small Business or a Service-disabled Veteran-owned small business and shall not exceed two (2) pages. The SOC shall not exceed ten (10) pages and shall include the interested firm s complete mailing address, point of contact (name, telephone number, and e-mail address). The SOC shall also disclose any prime/sub, SBA-approved Mentor Protg, joint venture, or SBA-approved Mentor Protg Joint Venture arrangement. The SOC shall list the prime contract (and significant subcontractor) work performed by all teaming partners since February 2003 including (1) a brief description of experience with each of the functional areas including the magnitude, complexity and criticality of the work performed, (2) name and address of the contracting activity, (3) name and telephone number of the contracting officers technical representative and (4) prime contract number. Contractors must provide a narrative for each contract or subcontract addressing how its experience directly relates to the specific technical knowledge and capabilities requirements identified above and associated with the draft PWS. The SOC should include statement to whether a firm has a current affirmative Foreign Ownership, Control and Influence (FOCI) determination, the date the determination was rendered, and the current level of security clearance possessed by the firm. In addition to the above, provide a statement describing how your company might propose to perform the percentage of work specified in Federal Acquisition Regulation 52.219-14(b)(2) -- (At least 50 percent of the cost of the contract incurred for personnel shall be expended for employees of the concern). If two or more business concerns have formed a joint venture or teaming arrangement, identify the demonstrated capabilities of each business to perform the work described in the Technical Requirements section above and the roles and responsibilities of each business in the accomplishment of the requirements. Respondents must submit responses to the draft PWS, and the EOI and SOC, no later than 5 PM Mountain Time on December 31, 2008, at http://e-center.doe.gov. Only electronic copies sent to this site will be accepted. Any questions or comments regarding this announcement should be e-mailed to lbuffkins@doeal.gov or submitted thru IIPS. Telephone responses and inquiries will not be accepted. This notice is not a request for proposals and in no way obligates the Government to award any contract. DOE NNSA will not be responsible for any costs incurred by responding to this Notice. No solicitation exists at this time. Please be advised that all information submitted will be considered procurement sensitive. Information which the Contractor considers Bid and Proposal Information or Proprietary Information pursuant to existing laws and regulations must be marked accordingly [see FAR 3.104-1 (3) & (4)].
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=a9c7591507f657a06553c605bf1dcb28&tab=core&_cview=1)
- Record
- SN01715721-W 20081211/081209215127-a9c7591507f657a06553c605bf1dcb28 (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 |