SOURCES SOUGHT
D -- Continued Operations & Maintenance support for existing Indefeasible Right of Use (IRU) Capital Lease between Chesapeake, VA and Hampton Roads, VA
- Notice Date
- 6/3/2015
- Notice Type
- Sources Sought
- NAICS
- 517110
— Wired Telecommunications Carriers
- 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
- DISA-NORFOLK-IRU-OANDM
- Archive Date
- 6/23/2015
- Point of Contact
- Teresa W Lawrence, Phone: 6182299431, Jennifer M. Jones, Phone: 6182299379
- E-Mail Address
-
teresa.w.lawrence.civ@mail.mil, jennifer.m.jones265.civ@mail.mil
(teresa.w.lawrence.civ@mail.mil, jennifer.m.jones265.civ@mail.mil)
- Small Business Set-Aside
- N/A
- Description
- SOURCES SOUGHT ANNOUNCEMENT The Defense Information Systems Agency (DISA) is seeking sources for continued Operations & Maintenance (O&M) support for an existing Indefeasible Right of Use (IRU) Capital Lease between Chesapeake, VA and Hampton Roads, VA. CONTRACTING OFFICE ADDRESS: DISA, Defense Information Systems Contracting Agency (DITCO), Scott PL8211, 2300 East Drive, Bldg 3600, Scott AFB, IL, 62225-5406. INTRODUCTION: This is a SOURCES SOUGHT to determine the availability and technical capability of small businesses (including the following subsets, Small Disadvantaged Businesses, HUBZone Firms; Certified 8(a), Service-Disabled Veteran-Owned Small Businesses and Woman Owned Small Business) to provide the required products and/or services. DISA Network Services is seeking information for potential sources to provide O&M Support for an existing 20-year IRU. The incumbent is Communications Decisions-SNVC, LLC, a small business. Period of Performance is 10 years (120 months) from June 18, 2015 to June 17, 2025. DISCLAIMER: THIS SOURCES SOUGHT IS FOR INFORMATIONAL PURPOSES ONLY. THIS IS NOT A REQUEST FOR PROPOSAL. IT DOES NOT CONSTITUTE A SOLICITATION AND 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: Contract Number: SNVC W 006H2QIRU Contract Type: FFP Incumbent and their size: Communications Decisions-SNVC, LLC; Small Business Method of previous acquisition: Full and Open Competition The requirement is O&M support for existing DISA IRU Capital Lease of Property (SNVC W 006H2QIRU). This IRU entails end-to-end physical diversity and provides DISA with survivable, robust, high capacity and available optical transport for Department of Defense (DoD) connectivity between Chesapeake, Virginia and Hampton Roads, Virginia. The IRU was awarded competitively as a pair of physical 10Gbps routes to ensure that the mandatory diversity requirement of the Government was met. Interested contractors are encouraged to respond to this Sources Sought, describing their demonstrated capabilities to perform. Responses must indicate Offeror's capability to provide O&M support necessary for the continued use, operation, maintenance and repair of the existing IRU for the Government. SPECIAL REQUIREMENTS 1. A secret clearance is required for this requirement. 2. The contractor may be required to access Sensitive but Unclassified and For Official Use Only (FOUO) information and data in order to perform the work necessary on this contract. 3. The Contractor may be required to access proprietary data and existing FOUO Government documentation in accordance with DOD5200.1-R, Appendix C, paragraphs 2 202through 2-204. 4. Contractor must demonstrate the ability to access the existing infrastructure in order to provide the required O&M. SOURCES SOUGHT: The anticipated North American Industry Classification System Code (NAICS) for this requirement is 517110, with the corresponding size standard of 1,500 employees. This Sources Sought Synopsis is requesting responses to the following criteria ONLY from small 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 Small Businesses, Small Disadvantaged Businesses, 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)Type of Small Business; 4)Cage Code; 5)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 to this should send responses via email NLT Monday, June 8, 2015 at 9:00 AM Central Standard Time to teresa.w.lawrence.civ@mail.mil. Oral communications are not permissible. Interested businesses should submit a brief capabilities statement package (no more than two 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 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/DISA-NORFOLK-IRU-OANDM/listing.html)
- Place of Performance
- Address: Chesapeake, Virginia to Hampton Roads, Virginia, United States
- Record
- SN03751431-W 20150605/150603234751-585fa18ad18945a9e47799f9c06b0946 (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 |