Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 06, 2016 FBO #5188
SPECIAL NOTICE

70 -- Defense Technology Security Administration (DTSA) - Information Technology (IT) Services – Operations, maintenance, and enhancements of Information Technology (IT) Services and Systems.

Notice Date
2/4/2016
 
Notice Type
Special Notice
 
NAICS
541513 — Computer Facilities Management Services
 
Contracting Office
Other Defense Agencies, Washington Headquarters Services, WHS, Acquisition Directorate, 1225 South Clark Street, Suite 1202, Arlington, Virginia, 22202-4371, United States
 
ZIP Code
22202-4371
 
Solicitation Number
EUD020420161600
 
Archive Date
3/4/2016
 
Point of Contact
Eric U Darby, Phone: 7035453045
 
E-Mail Address
eric.u.darby.civ@mail.mil
(eric.u.darby.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
THIS IS NOT A REQUEST FOR QUOTE; this is a notice of the government's intent to award a six month, 15 days delivery order on a limited source basis to Salient Federal Solutions Inc., 4000 Legato road STE 600, Fairfax VA 22033-2893 pursuant to FAR PART 16.505(b)(2)(i)(a), the agency need for the services is so urgent that providing a fair opportunity would result in unacceptable delays to Defense Technology Security Administration (DTSA) - Information Technology (IT) Services - Operations, maintenance, and enhancements of Information Technology (IT) Services and Systems. The proposed award will have a period of performance from March 16, 2016 through September 30, 2016 to prevent a break in service and adversely impact the organization's mission. This proposed contract action is for services for which the Government intends to solicit and negotiate with only one source under the authority of FAR 16.505(b) (2) (i) (a). This notice of intent is not a request for competitive proposals. A determination by the Government not to compete this proposed contract action is being done in the interest of efficiency because the agency need for the services is so urgent that providing a fair opportunity would result in unacceptable delays. The current task order is set to expire in March 15, 2015, providing little time to engage in a thorough source selection for the required services. If a source selection were conducted, it would put the Government at risk, in regards to a lapse in service. Information received will be considered solely for the purpose of determining whether to conduct a competitive procurement. The Government intends to solicit the required services competitively within the next 90 to 120 days. Awarding the proposed contract to another source would result in unacceptable delays and substantial costs to the Government, as the new source would require time to develop and skills needed to meet the immediate requirement. Based on the time constraint and expected increase in cost inherent to awarding to another contractor, it is not in the best interest of the Government to award to any vendor other than Salient Federal Solutions at this time. Background The Defense Technology Security Administration (DTSA) mission is to administer, consistent with U.S. policy, national security objectives, and Federal laws and regulations, the development and implementation of Department of Defense (DoD) technology security policies on international transfers of defense-related goods, services, and technologies to ensure that critical U.S. military technological advantages are preserved; transfers that could prove detrimental to U.S. security interests are controlled and limited; proliferation of weapons of mass destruction and their means of delivery is prevented; diversion of defense-related goods to terrorists is prevented; legitimate defense cooperation with foreign friends and allies is supported; and the health of the defense industrial base is assured. To these ends the DTSA Management Directorate (MD) - Information Technology (IT) Division must operate, maintain, and develop IT services and systems to enable the accomplishment of the objectives, functions, and tasks in support of the DTSA mission. Objectives DTSA IT Mission - Establish and maintain DoD compliant Information Technology systems and tools that optimize organization-al operations and enable accomplishment of DTSA's Mission. Ensure that the Security Policy Automation Network (SPAN) inclusive of USXPORTS systems are operational and reachable greater than 98% of the time to all authorized end users and customers. Ensure that the SPAN family of systems, services, and data integrity, security, and accessibility: DoD Patent Application Review System (DPARS), the Foreign Visit System (FVS) inclusive of all sub-modules, the Export License Status Advisor (ELISA), National Disclosure Policy System (NDPS), SpaceLink, Foreign Disclosure System (FDS), and USXPORTS are operational and fully maintained 90% or greater of the time to all authorized users and customers. Operate and maintain in accordance with Department of Defense (DoD) CyberSecurity / Information Assurance requirements all DTSA internal networks, network security systems, server systems, and storage systems to ensure the confidentiality, integrity, and accessibility for all SPAN, USXPORTS, and supporting desktop and mobile systems and services. Operate and maintain the DTSA IT and USXPORTS Help Desk and supporting systems. Ensure that DTSA messaging, collaboration, and platform services are operational and available, and accessible greater than 90% of operational DTSA users. Resolve greater than 90% of all critical customer support requests within two business hours. Respond to and resolve greater than 80% of all non-critical customer support requests within eight business hours, or the an-notated need date. Maintain Continuance of Operations Plan (COOP) sites in 100% full operational readiness. Alternate physical or virtual work sites that allow DTSA personnel to perform all Mission Essential Functions (MEFs) in accordance with the DTSA COOP. Operate and Maintain DTSA software production and development environment(s) as necessary to ensure the continued operations and maintenance (inclusive of bug fixes and management approved user requested program modifications) for all SPAN and USXPORTS systems and services. Provide software services inclusive of program fixes and modifications in accordance with industry best known practices for software development and change/modifications. Use Commercial off the Shelf (COTS) or other such software tools and services to provide standardized operational support services. Provide project management services in accordance with industry standards e.g., Project Management Institute (PMI) processes and procedures, best known practices. Ensure DTSA's cross-domain solution (CDS) is operational and providing information security more than 98% of the time. Ensure DTSA's host-based security system (HBSS) maintains a 90% (Threshold), 95% (Objective) compliant configuration, and is operational and providing information security more than 98% of the time. Ensure DTSA's public key infrastructure (PKI) is operational and providing information security more than 98% of the time. Provide initial response to personally identifiable information (PII) data loss within 2 hours of notification. Ensure the DTSA instance of Enterprise Mission Assurance Support Service (eMASS) is accurate 99.9% of the time. This includes ensuring each DTSA IT system and enclave has a DoD Information Assurance Certification and Accreditation Process (DIACAP/RMF) record initiated in eMASS. Ensure the DTSA FISMA/SECDEF Scorecard data is submitted accurately and by established due dates 99.9% of the time. THIS IS NOT A SOLICITATION OR REQUEST FOR PROPOSAL. The Government does not intend to pay for information provided in response to this publication. Written responses to this notice of intend shall contain sufficient documentation to establish a bona fide capability of fulfill this requirement. All interested parties shall submit clear and convincing documentation demonstrating their capabilities to satisfy the requirements listed above to Eric U Darby by email at eric.u.darby.civ@mail.mil. The capability documentation should include general information and technical background describing in detail the prospective contractor's capabilities and experience that will demonstrate the ability to support these requirements. The primary North American Industry Classification System Code is 541513, "Computer Facilities Management Services", with a size standard of $27,500,000.00. Place of Performance: Contractor shall provide services at the following locations: a. DOD DTSA office spaces - 4800 Mark Center Dr., Alexandria, VA b. Dept. of State - Annex Office SA-1, 2401 E Street, NW Suite 1200, Washington D.C. c. Dept. of Commerce - 1401 Constitution Ave NW, Washington, DC d. Terremark - 18155 Technology Drive (NAP of the Capital Region), Culpeper, VA
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/ODA/WHS/REF/EUD020420161600/listing.html)
 
Record
SN04009887-W 20160206/160204234805-1658b807b19dadd578e91818f30cfc70 (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.