SOURCES SOUGHT
D -- Joint IO Range Research and Development Support
- Notice Date
- 11/19/2010
- Notice Type
- Sources Sought
- NAICS
- 541712
— Research and Development in the Physical, Engineering, and Life Sciences (except Biotechnology)
- Contracting Office
- Defense Information Systems Agency, Procurement Directorate, DITCO-Scott, 2300 East Dr., Building 3600, Scott AFB, Illinois, 62225-5406, United States
- ZIP Code
- 62225-5406
- Solicitation Number
- E200385
- Archive Date
- 12/11/2010
- Point of Contact
- Timothy Bishop,
- E-Mail Address
-
timothy.bishop@us.army.mil
(timothy.bishop@us.army.mil)
- Small Business Set-Aside
- N/A
- Description
- PURPOSE: The purpose of this Request for Information (RFI) is to conduct market research which will be used to formulate an acquisition strategy to procure Joint Information Operations (IO) Range Research and Development Support. This RFI is issued solely for information and planning purposes and does not constitute a Request for Proposal or a promise to issue a Request for Proposal in the future. This RFI does not commit the Government to contract for any supply or service. Respondents are advised that the U.S. Government will not pay for any information or administrative costs incurred in responding to this RFI. Sources Sought This Sources Sought Synopsis is requesting responses to the following criteria ONLY from small businesses that can provide the required services under the North American Industry Classification System (NAICS) Codes 541712. In addition to Small Businesses, this Synopsis is encouraging responses from qualified and capable Service Disabled-Veteran Owned Small Businesses, Veteran-Owned Small Businesses, Women-owned Small Businesses, HUBZone Small Businesses, Small Disadvantaged Small Businesses, Small Business Joint Ventures, Consortiums and Teaming Partners. This Sources Sought Synopsis is issued to assist the agency in performing market research to determine whether or not there are qualified and capable Small Businesses to provide the aforementioned service. The government is trying to determine if there is reasonable expectation of obtaining offerors from two or more responsible small business concerns. Responses must demonstrate the company's ability to perform in accordance with the Limitations on Subcontracting clause (FAR 52.219-14). Interested small businesses meeting the small business standard of NAICS code 541712 are requested to submit a response to the Contracting Officer within 7 calendar days of issuance of this RFI. Late responses will not be considered. Responses should provide the business's DUNS number and CAGE code and include a statement of self certification under the NAICS code. Additionally, responses should include recent (within the past two years) and relevant experience (work similar in type and scope) to include contract numbers, project titles, dollar amounts, and points of contact with telephone numbers where the responder performed the relevant work. Marketing brochures and/or generic company literature will not be considered. Not addressing all the requested information may result in the Government determining the responder is not capable of performing the scope of work required. Requested Information: Interested vendors are requested to submit a maximum 10 page statement of their knowledge and capabilities to perform the following: a. The contractor shall have an extensive operational understanding and immediate relevant experience in all core and supporting pillars of DoD Information Operations planning, integration and applicability and highly capable of performing process decomposition and reconstitution of activities in business process models, work-flows and exercises. The contractor shall possess a thorough knowledge and understanding of Integrated Joint Special Technical Operations (IJSTO) capabilities and demonstrate relevant experience as they relate to and support Information Operations. The contractor shall possess the engineering expertise and current relevant experience in the architect and design of a next generation distributed worldwide National Security Information System. The contractor shall demonstrate relevant experience in d efining DODAF architectures describing IO activities and events. These activities will be conducted, and thus supported, at the Sensitive Compartmented Information (SCI) security level and as Special Technical Operations (STO) or Special Access Program (SAP)/Special Access Required (SAR) activities. b. The contractor shall demonstrate relevant experience in the support of all core and supporting pillars of DoD Information Operations while having daily on-site presence at multiple world-wide locations supporting program management office and event execution initiatives (for example, Fort Meade, MD; Lackland AFB, TX; Nellis AFB, Nevada; as well as the ability to support work at all Combatant Commander Headquarter locations; and other contractor and Government facilities). T he contractor shall have immediate reach back capabilities across the breathe of IO subject matter expertise in support of quick reaction initiatives and Combatant Command warfighting needs. c. The contractor shall possess a thorough knowledge and demonstrate relevant experience in maintaining highly complex Information Technology system and the use of these systems in the development, test, and maintenance of prototype applications and databases to determine optimal cross-functional solutions for integration concepts and to resolve issues integral to the integration process. The contractor shall demonstrate relevant experience in obtaining and maintaining Authority to Operate (ATO) for a National Security Information System as a Protection Level III, special category information system accredited to the Top Secret/SCI and SAP/SAR level. All personnel shall meet security certification requirements mandated in the Information Assurance Work Force Improvement Program Manual, DoD 8570.01-M change 2. These personnel are designated at the Information Assurance Technical level 2 and 3 categories, and as such shall possess suitable computing environment certifications. d. The contractor shall demonstrate relevant experience in supporting the certification and accreditation of a world-wide National Security Information Systems to provide a secure and collaborative knowledge management capability and support a flexible and expandable integrated environment at multiple levels of classification. Personnel assigned this responsibility shall meet the security certification requirements mandated in the Information Assurance Work Force Improvement Program Manual, DoD 8570.01-M change 2. These personnel are designated at the Information Assurance Management level 3 category. e. Work under this Task Order shall require access to or the generation of classified information up to or exceeding the TOP SECRET level requiring access to Sensitive Compartmented Information (SCI). All contractor personnel shall possess and maintain a current, favorably adjudicated, Top Secret/Single Scope Background Investigation (TS/SSBI), a TS/SSBI security clearance, and be DCID 6/4 eligible before starting work and may be required to pass a Counter Intelligence (CI) Polygraph. The contractor shall possess (or arrange for use of) facilities for conducting and storing information up to the TS/SCI level. Responses Responses to this RFI are to be submitted by e-mail to timothy.bishop@us.army.mil and RECEIVED by 26 November 2010. Responses must be single-spaced, Times New Roman, 12 point font, with one inch margins, and compatible with MS Office Word 2003. Proprietary information and trade secrets, if any, must be clearly marked on all materials. All information received that is marked Proprietary will be handled accordingly. Please be advised that all submissions become Government property and will not be returned. All government and contractor personal reviewing RFI responses will have signed non-disclosure agreements and understand their responsibility for proper use and protection from unauthorized disclosure of proprietary information as described 41 USC 423. The Government shall not be held liable for any damages incurred if proprietary information is not properly identified.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DISA/D4AD/DITCO/E200385/listing.html)
- Place of Performance
- Address: The contractor shall perform tasks primarily at Joint IO Range Operations Center in Norfolk, VA. How-ever, the contractor may perform tasks in the National Capital Region; San Antonio, TX; Nellis AFB, NV and other contractor and Government facilities as designated by the Government. Travel will be required to support technology conferences and technology research., United States
- Record
- SN02330742-W 20101121/101119234037-89f82bc903ad47d75ee7a7dbc2ddc193 (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 |