Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 05, 2014 FBO #4515
SOURCES SOUGHT

R -- Program Office Support Services - RFI

Notice Date
4/3/2014
 
Notice Type
Sources Sought
 
NAICS
541611 — Administrative Management and General Management Consulting 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
NCRFY140005
 
Archive Date
5/10/2014
 
Point of Contact
Anke C. Taylor, Phone: 3012254118, Michael D. Jackson, Phone: 3012254063
 
E-Mail Address
anke.c.taylor.civ@mail.mil, michael.d.jackson119.civ@mail.mil
(anke.c.taylor.civ@mail.mil, michael.d.jackson119.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
Staff Fundtional PWS Matrix Program Functional PWS Matrix Draft Performance Work Statement REQUEST FOR INFORMATION (RFI) SUMMARY: REQUIREMENT: Program Office Support Services (POSS) THIS IS A REQUEST FOR INFORMATION NOTICE ONLY. THIS IS NOT A REQUEST FOR PROPOSALS. NO SOLICITATION IS AVAILABLE AT THIS TIME. BACKGROUND: The Defense Information systems Agency (DISA), Office of the Component Acquisition Executive (OCAE) is seeking Acquisition, Program Management, and Logistics support services to assist the Defense Information Systems Agency (DISA) in fulfilling its mission. These support services include a broad range of acquisition, program assessment, budget, cost, financial, procurement, training, and logistics support for Programs, Projects, Initiatives, Acquisition of Services, Enterprise Services and other Acquisition related matters in the DISA portfolio. The support services will include a wide range of disciplines in support of DISA Office of the Component Acquisition Executive (OCAE), Program Executive Offices (PEOs), Program Management Offices (PMOs), and Directorates at the Staff and Program functional levels. The DISA Organizational Structure can be found at http://www.disa.mil/About/Our-Organization-Structure/Org-Chart. DISA Services and Capabilities can be found at http://www.disa.mil/ in the lower right corner of the page and under the Service Catalog tab. The DISA Strategic Plan can be found at http://www.disa.mil/ under the About DISA tab. The Draft POSS PWS dated 26Mar14 is attached for reference, review, and response to questions within this RFI. Staff and Program Functional PWS Matrices are attached for Industry response. Please provide input to the following task and sub-task areas based upon questions from B - 5 of this RFI. Directions are also provided within each spreadsheet. These requirements are currently being met via multiple task orders on contract vehicles, GWACs, and GSA Schedules. This RFI is issued solely for information and planning purposes and does not constitute a solicitation. All information received in response to this RFI marked Proprietary will be handled accordingly. Responses to the RFI will not be returned. Whatever information is provided in response to this RFI will be used to assess tradeoffs and alternatives available for determining how to proceed in the acquisition process for the Acquisition, Program Management, and Logistics Support Services. In accordance with FAR 15.201(e), responses to this RFI are not offers and cannot be accepted by the Government for forming a binding contract. This RFI is a request for all interested parties, regardless of business size, to describe their technical capabilities and any demonstrated experience with Acquisition, Program Management, and Logistics Support Services. All interested parties, regardless of business size, are requested to provide written response to the questions below. The Small Business Community to include Small Disadvantaged, HUBZone, Women-Owned, Service Disabled Veteran-Owned, and 8(a) are strongly encouraged to provide timely response to this Request for Information (RFI). This information will also be used to assist DISA in establishing a basis for developing any subsequent potential subcontract/small business participation plan and/or small business goal percentages. A response to this RFI will assist DISA in determining the potential levels of interest, adequate competition, and technical capability of Large and Small Businesses to provide the required services. •A) What are all the current contract vehicles with scope similar to POSS that you are the Prime or Sub-contractor which are available to DISA customers? •B) Core Competencies •1) Describe your core competencies. •2) What percentage of your business is within your core competencies? •3) What functional areas make up the remainder of your business? •4) What's the percentage of the other functional areas? •5) For the next three questions, please respond using the Staff and Functional PWS Matrices provided in this RFI. •a) In which of the POSS PWS task and sub-task areas are your core competencies? •b) Which task and sub-task areas can you perform with the resources within your company without sub-contracting? •c) Which task and sub-task areas would you have to sub-contract? •C) What skill sets do you perceive are required to perform this PWS and provide a first-pass approval deliverable in a cost-efficient manner? •1) What's the best way to reflect this within the PWS? •D) The Government perceives Organizational Conflict of Interest (OCI) and Inherently Governmental functions to be potential risks with the POSS PWS. Other than those, what do you perceive as additional risks within this PWS? •E) How can the Government improve this PWS? •F) Surge Requirements •1) As noted in Section 13 of the POSS PWS, DISA views Surge as an unanticipated event which results in an increased demand for support services. The Contractor shall be prepared at all times to respond to such unanticipated surges in demand for support services. An example of this is: DISA must respond to unforeseen OSD level inquiries within two weeks notice without decrementing or impacting priorities of other Programs, Projects, Initiatives, Acquisition of Services, Enterprise Services and other Acquisition related matters in the DISA portfolio. •a) What's your ability to perform Surge requirements without decrement to current priorities and taskings with resources within your company without sub-contracting? •b) What's the best way for the Government to define this in the PWS? •2) If you've worked on a previous contract that supported Surge requirements for scope similar to POSS: •a) How were the requirements provided to you contractually? •b) How long did you have contractually to begin performance? •c) What was your perception of the requirements? •d) How did you support these requirements? •e) Did you support these requirements with resources within your company or did you sub-contract to another company? •f) What constraints were imposed to ensure work completed as Surge was not paid for as part of normal scope of the contract? •3) If you've worked on a previous contract where Surge requirements were defined a different way: •a) How was Surge defined? •b) How were the requirements provided to you contractually? •c) How long did you have contractually to begin performance? •d) What was your perception of the requirements? •e) How did you support these requirements? •f) Did you support these requirements with resources within your company or did you sub-contract to another company? •g) What constraints were imposed to ensure work completed as Surge was not paid for as part of normal scope of the contract? Respondents shall classify their company using one or more (if applicable) of the following NAICS Codes: 541611 - Administrative Management and General Management Consulting Services - Size Standard $14M The Government is contemplating a hybrid multiple award IDIQ contract with Fixed Price and Cost Reimbursement type task orders. The term of the resulting contract may be a Five year period (base period plus four option years). Submission should be received by 5:00pm Eastern Daylight Time, April 25, 2014 and should not exceed 15 pages (one-sided), single spaced, 12-point type with at least a one-inch margin on an 8-1/2" X 11" inch paper (the PWS Matrices are separate from the 15 pages). Please include: •A) Company's Name and Address •B) Point of Contact Name, Email address, and Phone number •C) DUNS number, CAGE Code, and TAX ID Responses to the RFI must be submitted via e-mail to anke.c.taylor.civ@mail.mil and michael.d.jackson119.civ@mail.mil. NO HARD COPY or FACSIMILE SUBMISSIONS WILL BE ACCEPTED. Cover letters and extraneous materials (brochures, etc.) will not be considered. Questions concerning submissions should be directed: Anke C. Taylor Office: (301) 225-4118 Contract Specialist Email: anke.c.taylor.civ@mail.mil Michael D. Jackson Office : ( 301)-225-4063 Contracting Officer Email: michael.d.jackson119.civ@mail.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DISA/D4AD/DTN/NCRFY140005/listing.html)
 
Place of Performance
Address: DISA Headquarters, Ft Meade, Maryland, 20755, United States
Zip Code: 20755
 
Record
SN03328396-W 20140405/140404000028-2f7802b008dc91046657e24cd2a42bc1 (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.