Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 02, 2014 FBO #4453
SOURCES SOUGHT

D -- Program Management Process Capabilities

Notice Date
1/31/2014
 
Notice Type
Sources Sought
 
NAICS
541519 — Other Computer Related Services
 
Contracting Office
Defense Information Systems Agency, Procurement Directorate, DITCO-NCR, P.O. BOX 549, FORT MEADE, Maryland, 20755-0549, United States
 
ZIP Code
20755-0549
 
Solicitation Number
PMP
 
Archive Date
3/8/2014
 
Point of Contact
Walter F. Holt, Phone: 301-225-4502, Suzanne Rippenbaum, Phone: 301-225-4071
 
E-Mail Address
walter.f.holt.civ@mail.mil, Suzanne.M.Rippenbaum.Civ@mail.mil
(walter.f.holt.civ@mail.mil, Suzanne.M.Rippenbaum.Civ@mail.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a SOURCES SOUGHT TECHNICAL DESCRIPTION to determine the availability and technical capability of small businesses (including the following subsets, HUBZone Firms; Certified 8(a), Service-Disabled Veteran-Owned Small Businesses and Woman Owned Small Business) to provide the required products and/or services. The Defense Information Systems Agency (DISA) Office of the Chief Technology Office (CTO) is seeking information for potential sources that can support a broad range of program management, knowledge management and strategic planning and coordination support. The task will support Joint Capability Technology Demonstrations (JCTD); Joint Ventures, innovation/risk management pilots and other CTO emergent technology demonstrations, planning and execution; modernization of CTO event planning and execution, including a complete range of collaboration and scheduling tools and their eventual migration to a net-centric environment. The contractor will support the development, implementation, configuration and deployment of advanced concept net-centric support tools in support of the Advanced Concepts & Experimentation Division. The contractor shall assist the CTO staff in adopting, configuring and maintaining DoD provided core services for CTO event planning and execution, using DoD approved portals, services, tools, architectures and standards to the maximum extent possible. Only when a requirement cannot be met by adopting existing DoD capabilities and approved tools will the CTO consider buying or approving the creation of a capability or tool to fill the unmet requirement. All work performed under these requirements shall be compliant with all appropriate and relevant Net-Centric, NetOps, Systems Engineering, and Information Assurance DoD and DISA policies and guidelines. DISCLAIMER: THIS SOURCES SOUGHT IS FOR INFORMATIONAL PURPOSES ONLY. THIS IS NOT A REQUEST FOR PROPOSAL. IT DOES NOT CONSTITUTE A SOLICITATION AND IT SHALL NOT BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT. RESPONSES IN ANY FORM ARE NOT OFFERS AND THE GOVERNMENT IS UNDER NO OBLIGATION TO AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCEMENT. NO FUNDS ARE AVAILABLE TO PAY FOR PREPARATION OF RESPONSES TO THIS ANNOUNCEMENT. ANY INFORMATION SUBMITTED BY RESPONDENTS TO THIS TECHNICAL DESCRIPTION IS STRICTLY VOLUNTARY. CONTRACT/PROGRAM BACKGROUND: This request is for follow-on work for the existing contract: Contract Number: HC1047-09-C-4025 Contract Type: T&M and FFP Incumbent and their size: Key Logic, Small Business Method of Previous Acquisition: Total Small Business Set Aside Contract Requirement: Joint Concept Technology Demonstrations (JCTD), other demonstrations and pilots, Joint Ventures, and Innovation/Risk Mitigation Pilot teams require knowledge management, outreach, and knowledge management services to facilitate planning for, demonstrating, training and disseminating information about the technologies being developed by the CTO programs. The CTO is the centralized organization within DISA to facilitate the process and execution of JCTDs, Joint Ventures, and Innovation/Risk Mitigation Pilots). The goal is to get advanced technologies into the hands of the warfighter as soon as possible through testing and transitioning those capabilities into programs of records already in existence. The longest project supported is the JCTD, which has a 24-month window. The DISA Chief Technology Officer (CTO) facilitates the rapid transfer of advanced technology from research and experimentation stages through pilot operations to deployment and full-scale implementation within DISA and Department of Defense (DoD) Defense Information Infrastructure (DII) and applications. The organization coordinates or facilitates coordination of the rapid insertion of this advanced technology into leading edge pilot services for the joint forces and multi-services command, control, communications, computers, and intelligence (C4I) systems and software. The CTO's office serves as a vehicle for implementing long-range technology strategy among DISA, Combatant Commanders (COCOM), Services, and coalition and mission partners. DISA's Research and Development teams engage with Combatant Commanders (COCOM), Services, Agencies, and Coalition Partners to explore new technology to meet operational needs, building teaming opportunities to better utilize net-centric warfare and thus DISA services -- "Shaping the Net-Centric Force of the Future." The contractor shall provide portfolio/program/project management to project/program managers, technical managers, and transition managers responsible for CTO emergent technology efforts, projects and interest areas. The contractor shall provide similar support for and collaborate with other offices (DISA, DOD, Federal Government, Non-governmental Organization) working with the CTO on projects of mutual interest. Period of Performance: Base Year plus 4-Year One Year Options REQUIRED CAPABILITIES: Interested Contractors are requested to submit statement demonstrating their DoD knowledge, experience and capabilities for the following: A. Demonstrate or illustrate through explicit examples of how you provide program and project management support for technical design, planning, implementation and transition to programs of record for JCTDs, innovation projects, and other similar technology projects. B. Proven experiences in assisting the Government in managing the entire life cycle of the technology project. The contractor shall display the capability to track cost, schedule, and performance for each technology supported project utilizing tools to track and analyze the performance of each one, analyze cost impacts, and prepared integrated master schedules. C. Demonstrate proven experience in SharePoint content administration; objectives include content maintenance, recommendations, enhancements, backup/recovery, and data integrity. Provide input for development of process maps, standard operating procedures, and user guidelines to standardize processes and procedures and shall actively participate in the design of the knowledge management repositories and networking tools. D. Proven experience to support and control the entire asset life-cycle, from procurement to retirement, that includes applications, license agreements, IT systems and hardware, as well as IT support equipment. Proven experience with Defense Property Accountability System (DPAS) to track the physical control of an asset as well as contract management aspects to include leases, maintenance agreements and service contracts. SPECIAL REQUIREMENT: Top Secret Security Clearance required SOURCES SOUGHT: The anticipated North American Industry Classification System Code (NAICS) 541519, with the corresponding size standard of $25,500,000.00. This Sources Sought Synopsis is requesting responses to the following criteria ONLY from all businesses that can provide the required services under the NAICS Code. To assist DISA in making a determination regarding the level of participation by small business in any subsequent procurement that may result from this Sources Sought, you are also encouraged to provide information regarding your plans to use joint venturing (JV) or partnering to meet each of the requirements areas contained herein. This includes responses from qualified and capable Service Disabled-Veteran Owned Small Businesses, Women-owned Small Businesses, HUBZone Small Businesses, and 8(a) companies. You should provide information on how you would envision your company's areas of expertise and those of any proposed JV/partner would be combined to meet the specific requirements contained in this announcement. In order to make a determination for a small business set-aside, two or more qualified and capable small businesses must submit responses that demonstrate their qualifications. Responses must demonstrate the company's ability to perform in accordance with the Limitations on subcontracting clause (FAR 52.219-14). SUBMISSION DETAILS: Responses should include: 1) Business name and address; 2) Name of company representative and their business title; 3) Size of Business; 4) Cage Code; Contract vehicles that would be available to the Government for the procurement of the product and service, to include ENCORE II, General Service Administration (GSA), GSA MOBIS, NIH, NASA SEWP, Federal Supply Schedules (FSS), or any other Government Agency contract vehicle. (This information is for market research only and does not preclude your company from responding to this notice.) Contractors who wish to respond should send responses via e-mail to Suzanne.M.Rippenbaun.civ@mail.mil and Walter.f.Holt.civ@mail.mil, NLT 21 February 2014 4:00 PM Eastern Daylight Time (EDT). Interested businesses should submit a brief capabilities statement package (no more than five pages) demonstrating ability to perform the services listed in this Technical Description. Documentation should be in bullet format. 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 Sources Sought 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. Questions or clarifications to this Sources Sought must be submitted, via email, to Suzanne.M.Rippenbaun.civ@mail.mil and Walter.f.Holt.civ@mail.mil. The cutoff date for questions is 7 February 2014. The opportunity for clarification of this Sources Sought shall not change the submission date identified above. Oral communications are not permissible. Marketing brochures and/or generic company literature will not be considered. FedBizOpps shall be the sole repository for all information related to this announcement.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DISA/D4AD/DTN/PMP/listing.html)
 
Place of Performance
Address: Defense Information Systems Agency, 6914 Cooper Avenue, Fort Meade, Maryland, 20755, United States
Zip Code: 20755
 
Record
SN03279102-W 20140202/140131234608-a7443e069936cded37bd73ae61d3c825 (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.