SOURCES SOUGHT
J -- Maintenance for Security Manager Enterprise System: Applications and Infrastructure
- Notice Date
- 3/28/2014
- Notice Type
- Sources Sought
- NAICS
- 541512
— Computer Systems Design Services
- Contracting Office
- Department of Commerce, Office of the Secretary, Commerce Acquisition Solutions, Office of the Secretary, 14th & Constitution Avenue NW, Room 6521, Washington, District of Columbia, 20230
- ZIP Code
- 20230
- Solicitation Number
- SOSO--AA-OSY-SE-O-14-00173
- Point of Contact
- Mario D. Gray, Phone: 2024820577
- E-Mail Address
-
mgray@doc.gov
(mgray@doc.gov)
- Small Business Set-Aside
- N/A
- Description
- I. Introduction and Federal Regulatory Authority: This is a ‘Notice for Sources Sought' prepared in accordance with the format in the Federal Acquisition Regulation (FAR) Part 10-Market Research, and, is supplemented with additional information. Therefore, this notice is solely for the purpose of conducting market research to arrive at the most suitable approach to acquiring, distributing, and supporting services. This is not a solicitation, i.e. request for proposals, proposal abstracts, and quotations. This is not an invitation for bids. This Government Issuing Agency and Contracting Office, on behalf of the Government Requiring Agency and Program Office, seeks to obtain information regarding the interest and capability of any qualified business source to successfully meet the Government's requirements as described in this notice. II. Business Interest and Capability: This ‘Sources Sought Notice' seeks to allow any interested and capable business to fully identify itself, and, its interest and capabilities. Thus, the Government is seeking capability statements from interested and capable businesses including, but not limited to, the following types of business: 8(a), Veteran-Owned Small Business, Services-Disabled Veteran Owned Small Business, Historically Underutilized Business Zone Small Business, Small Disadvantaged Business, Women-Owned Small Business and Large Business. A business shall use its response and capability statement to demonstrate that: 1. The business possesses the capabilities to successfully meet the Government's requirements and need description described in this notice; and, 2. The business is competitive in terms of quality, delivery, and market prices. Based on the business responses received, or not received, to this notice, the Government's requirements may be solicited as a unrestricted, utilizing 100% Full-and-Open Competition or may be solicited as restricted, utilizing a type of set-aside, etc. III. Background: The Office of Security (OSY), located in the Department of Commerce (Department) Headquarters, in the Herbert Clark Hoover Building (HCHB), located in Washington, D.C., provides policies, programs and oversight as it collaborates with: A. Facility managers to reduce the terrorism risks to Department facilities. B. Program managers to reduce the espionage risks to Department facilities. C. Department and bureau leadership to increase emergency preparedness for Department operations. The Department has used the Security Manager Enterprise System: Applications and Infrastructure, for the past 10 years to successfully meet the objective to maintain a secure environment in which citizens and Government employees can conduct business with confidence. The Security Manager Enterprise System: Applications and Infrastructure, may also be referenced as the Security Manager Program. The Security Manager Enterprise System is proprietary to the Centech Group Incorporated (Centech) whom has successfully provided the Department with maintenance and enhancements to the Security Manager Enterprise System. The Security Manager Enterprise System organizes key programs critical to protecting the Department's personnel and classified and sensitive information against the threat of espionage by Foreign Intelligence Services (FIS). Security Manager Enterprise System combines the functional requirements of OSY headquarters and the OSY field offices, and, provides Personnel Security (PERSEC), Information Security (INFOSEC), and Foreign National Visitor (FNV) while laying the foundation for an OSY-wide enterprise management system. IV. Purpose/Scope/Objectives: The Government's purpose is to award a Firm-Fixed-Price Delivery Order for maintenance of the Security Manager Enterprise System which was developed using the Microsoft.NET framework application development module. It consists of a Windows 2008 IIS 7.0 front end integrated with a SQL 2005 database back end. The scope of the delivery order shall encompass the necessary personnel, management and technical skills necessary for the maintenance of the Security Manager Enterprise System, to include the Windows 2008 IIS 7.0 front end integrated with a SQL 2005 database back end. The objectives for awarding a delivery order for the maintenance to Security Manager Enterprise System are as follows: A. The Department's security and responsible bureau personnel shall have an "Information Technology" tool to: 1. Quickly initiate, track, review, and/or complete the Department's pre-appointment, suitability determination, initial security clearance, reciprocity and reinvestigation processes. 2. Quickly log, track, reassign, and account for the Department's classified information. 3. Effectively and efficiently process the Department's FNV as prescribed in DAO 207-12, Titled: Foreign National Visitor and Guest Management Program, dated May 1, 2006. 4. Track, manage, and report on Risk Assessments and Protection Missions information for improved oversight over Departmental facilities and asset security. B. The Security Manager Enterprise System allows both OSY headquarters and field offices to better perform their support functions to the Secretary of Commerce and the Department in meeting their national requirements under E.O. 10450, Security Requirements for Government Employment, E.O. 12958 as amended, Classified National Security Information, and E.O. 12968, Access to Classified Information, etc. C. The Security Manager Enterprise System lays the foundation for an enterprise security information data collecting system and develops management applications in support of the President's Management Agenda for E-Government. V. Government's Requirements and Need Description: A. Contractor Requirements/Contractor Furnished Items/Deliverables: 1. The Contractor shall provide the following: a. Necessary personnel, direction, material, equipment, and services, including all special electronic tools, equipment, hardware and software needed, to complete the maintenance of the Security Manager Enterprise System as required. b. Systems engineering and technical support for Security Manager enterprise applications and infrastructure. c. Mature program management procedures that reduce or eliminate the transition period from one contract to another, if necessary. d. A written monthly status report. e. Formal periodic program reviews to the Government. f. Technical, analytical expertise to assist OSY in the implementation of cyber security support and protection of the Security Manager Enterprise System as required as follows: 1) The production and development of environments. 2) Management and operation of the analysis, engineering, operations and administration support for the Security Manager Enterprise System infrastructure and the Security Manager.NET Framework front end infrastructure. 3) Maintenance and administration. B. Personnel Qualification Requirements: 1. Technical and Skill Requirements: The Contractor's primary maintenance personnel shall be designated under the following labor category: Programmer/Developer/Analyst/Architect 5 (Senior Application Systems Analyst/Programmer) with a minimum education of a Bachelor's of Science (B.S.) and have at least eight (8) years of experience in performing similar work on other applicable systems. All Senior Application Systems Analyst/Programmers shall be capable of managing projects/tasks without technical supervision. 2. Contractor Project Manager: The Contractor shall appoint a Project Manager (PM) who will be the Contractor's authorized supervisor for technical and administrative work. C. General Qualification Requirements: 1. The Contractor shall be aware of and in accordance with the requirements and regulations as follows: a. Security Processing Requirement for Access to Government Buildings and Property. b. Additional Requirements for Foreign Nationals (Non-U.S. Citizens). c. Submittal Requirements: The Contractor must complete and submit the following forms to the Contracting Officer's Representative (COR), who will review and forward them to the cognizant Security Officer: 1) Standard Form 85P (SF-85P)--Questionnaire for Public Trust Positions. 2) Form FD-258 (Fingerprint Chart with OPM ORI number). d. Notification of Disqualifying Information: If OSY receives disqualifying information on a contract employee, the Industry Partner, upon notification of such, must immediately remove the employee from duties which require access to DOC facilities. Individuals may be barred from working on the premises of a facility for any of the following: 1) Conviction of a felony of a crime of violence or of a misdemeanor involving moral turpitude. 2) Falsification of information entered on security screening forms or of other documents submitted to the Department. 3) Improper conduct once performing on the contract, including criminal, infamous, dishonest, immoral, or notoriously disgraceful conduct or other conduct prejudicial to the Government regardless of whether the conduct directly related to the contract. 4) Any behavior judged to pose a potential threat to departmental personnel or property. 5) Failure to comply with the requirements may result in termination of a contract or delivery order, or, removal of some contracted employees from the Department facilities. 6) Compliance with these requirements shall not be construed as providing a contract employee clearance to have access to classified information." 2. The Contractor shall provide only fully qualified and properly cleared personnel for the work to be performed. Security clearance costs shall be the responsibility of the Contractor. The Contractor's personnel shall have, at a minimum, the appropriate security clearance/investigation of a NACI. The Contractor's personnel who will have access to national security documentation and systems shall possess a Top Secret clearance and the cost of the clearance shall be the responsibility of the Contractor. The Contractor shall ensure all Contractor personnel, and Sub-Contractor Personnel having access to information on the DOC's security programs and systems received or generated are United States citizens and specifically authorized access by the PTM. D. Administrative Requirements: 1. Period of Performance: The period of performance will be from the date of award through a single month span in duration, which tentatively is 5/1/2014 - 4/30/2015. The contract shall include 4 option years. Each option year shall be a single twelve month span in duration and contiguous to the previous year {period of performance}. Therefore, if an option year is exercised, all services shall continue and extend throughout the option period. Table 1: Periods of Performance: Year Begin and End Dates Base Year 5/1/2014 through 4/30/2015 Option Year 1 5/1/2015 through 4/30/2016 Option Year 2 5/1/2016 through 4/30/2017 Option Year 3 5/1/2017 through 4/30/2018 Option Year 4 5/1/2018 through 4/30/2019 2. Performance Schedules: The Security Manager Enterprise System must remain operational at all times. The Contractor shall coordinate with the Government Contracting Officer Representative to determine all normal-hours and off-hours scheduling of any maintenance/upgrades or changes that may require or pose the risk of system downtime or impact the functionality of the Security Manager Enterprise System. Therefore, normal hours implementation of changes under standard change control and release management processes are to ensure that any potential downtime will not impact users with the standard business hours of 7:00 A.M. to 6:00 P.M., Monday through Friday. 3. Place of Performance: The Contractor shall perform all maintenance of the Security Manager Enterprise System: Applications and Infrastructure at the Contractor's facility. 4. Readiness to Perform: The Contractor shall be ready to perform upon award. Therefore, after award, the Contractor is shall be required to immediately familiarize its organization and workforce with the current physical structure, staffing, equipment and procedures to provide maintenance of the Security Manager Enterprise System: Applications and Infrastructure. VI. Response: A. Any interested and capable business can respond with its capabilities statement in response to this ‘Sources Sought Notice'. The response and capabilities statement be as follows: 1. Shall accurately, clearly, completely define the business' capabilities with facts, technical information and details sufficient to allow the Government to understand and assess these business' capabilities. 2. Shall include: the Data Universal Numbering System (DUNS) Number; Tax Identification (Tax I.D.) Number; Legal Business Name; "Doing Business as Name", Physical Address; Point of Contact Information; applicable North American Industry Classification System Code; Type of Business; and, Business Size. 3. Shall be in Microsoft Office or/and Adobe PDF format which is limited to 15 pages total. B. The response and capabilities statement shall be submitted ONLY to M.Gray@doc.gov by the closing date of this ‘Sources Sought Notice'. VII. Legal Considerations: A. The Government is under no obligation to acknowledge receipt of a response to this ‘Sources Sought Notice' or to provide feedback about/to a response based on this ‘Sources Sought Notice'. This notice does not obligate the Government to: 1. Award a contract or order to a respondent to this notice; 2. Pay for the time and materials used by a respondent to respond to this notice; and, 3. Pay for the information provided by a respondent to this notice. B. A respondent to this ‘Sources Sought Notice' who provides classified, confidential, proprietary, or/and sensitive information does so voluntarily, entirely at its own risk, and, without the Government being subject to liability. The Government reserves the right to use certain information provided by any respondent for any purpose the Government determines to reasonable, appropriate, and, lawful. Therefore, the Government reserves the right to use certain information provided by any respondent for any later announcement, notice, solicitation, synopsis or/and postings.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/OS/OAM-OSBS/SOSO--AA-OSY-SE-O-14-00173 /listing.html)
- Place of Performance
- Address: The Contractor shall perform all maintenance of the Security Manager Enterprise System: Applications and Infrastructure at the Contractor's facility., United States
- Record
- SN03323377-W 20140330/140328234507-48c64ae33ed25d8a55ae6a64f075464e (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 |