Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 21, 2010 FBO #3284
SOURCES SOUGHT

D -- Development, Integration, Management and Operations Support to the Information Operations Joint Management Office (IO JMO)

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
E200376
 
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
Contracting Office Address: Defense Information Systems Agency, DITCO-Scott PL8313, P.O. 2300 East Drive, Bldg 3600, Scott AFB, IL, 62225-5406 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 Development, Integration, Management and Operations Support to the Information Operations Joint Management Office (IO JMO) 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 and highly capable of performing process decomposition and reconstitution of activities in business process models, work-flows and exercises. The contractor shall demonstrate relevant experience in d efining DODAF architectures describing IO activities and events. 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, Norfolk, Virginia; National Capital Region ; San Antonio, Texas; Las Vegas, Nevada; San Diego, California; Stuttgart, Germany; 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 have an extensive operational understanding and relevant experience in the coordination, execution, and maintenance of Security Programs addressing physical, information, communications, computer, operations, personnel, and industrial security. This shall include developing, coordinating, executing and maintaining security policies, procedures, and processes, such as system security requirements, security concept of operations (CONOPs), System Security Authorization Agreement (SSAA) and/or system security plans (SSP), and applicable DAA memorandums of understanding/agreement. The contractor shall relevant experience in establishing, managing, and operating a Sensitive Compartmented Information Facility (SCIF) and a Special Access Program Facility (SAPF) in accordance with special security requirements. d The contractor shall demonstrate current relevant experience in developing, supporting and maintaining the certification and accreditation of a world-wide National Security System per the guidelines of National Institute of Standards and Technology (NIST) Special Publication 800-59, Guideline for Identifying an Information System as a National Security System, August 2003. 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/E200376/listing.html)
 
Place of Performance
Address: Work will be performed primarily in Norfolk, VA and Suffolk, VA. Work will also be accomplished in San Antonio, TX; Nellis AFB, NV; San Diego, CA; Stuttgart, Germany; Fort Belvoir, VA; Quantico, VA; Combatant Commander Headquarter locations; National Capital Region and other contractor and Government facilities as designated by the Government. Travel will be required to attend planning conferences, event execution, working group forums and other activities as directed by the Government., Norfolk, Virginia, United States
 
Record
SN02330823-W 20101121/101119234119-be9c21be2138df40141517051e729985 (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.