SOURCES SOUGHT
D -- F-35 Joint Program Office Information Technology Knowledge Based Services Support - RFI IT KBS
- Notice Date
- 5/23/2016
- Notice Type
- Sources Sought
- NAICS
- 541513
— Computer Facilities Management Services
- Contracting Office
- Department of the Navy, Naval Air Systems Command, Naval Air Warfare Center Aircraft Division Lakehurst, Contracts Department, Hwy. 547 Attn:B562-3C, Lakehurst, New Jersey, 08733-5083
- ZIP Code
- 08733-5083
- Solicitation Number
- FY17-ITKnoweldgeBasedServices
- Archive Date
- 6/18/2016
- Point of Contact
- Vincent Johnson, Phone: 7036015619
- E-Mail Address
-
Vincent.Johnson@jsf.mil
(Vincent.Johnson@jsf.mil)
- Small Business Set-Aside
- N/A
- Description
- PDF of the RFI for Information Technology Knowledge Based Services May 23, 2016 Request for Information in support of the F-35 Joint Program Office Information Technology Knowledge Based Services INTRODUCTION THIS IS A REQUEST FOR INFORMATION (RFI) ONLY. THERE IS NO SOLICITATION PACKAGE AVAILABLE. The F-35 Joint Program Office (JPO) is requesting information pertaining to Information Technology (IT) Knowledge Based Services support requirement for the F-35 Lightning II JPO and associated Air Systems. BACKGROUND The F-35 Lightning II JPO is a joint, multi-national program among the U.S. Air Force (USAF), U.S. Navy (USN), U.S. Marine Corps (USMC), and eight cooperative international partners. The F-35 JPO objective is to develop a three-variant family of strike fighter aircraft to meet the operational needs of the USAF, USN, USMC, and cooperative international services. The JPO is the Department of Defense's (DoD) focal point for developing and delivering an affordable next generation strike aircraft and has the responsibility, authority, and accountability for program execution. PURPOSE The F-35 JPO, in conjunction with the Naval Air Warfare Center Aircraft Division (NAWCAD) Lakehurst, is releasing a RFI to identify interested parties for the IT Knowledge Based Services support requirement. The purpose of this RFI is to gather information to assist the F-35 JPO in identifying qualified vendors who are able to meet the requirement. The F-35 JPO requires IT Knowledge Based Services support to be provided to the Directorates, Functional, and Integrated Product Teams (IPTs) which reside within the JPO and consist of but not limited to Systems Engineering, Contracting, Security, Legal, Business Financial Management, Logistics, Information Technology, Program Management, International, Development, Production, Sustainment, Program Control, Air Vehicle, Mission Systems, Propulsion, Autonomous Logistics Information System (ALIS), and Logistics & Support Products. The specific Information technology tasks are outlined below to include total lifecycle management of hardware, software, and services. The Government anticipates that the Request for Proposal (RFP) will be released under the North American Industry Classification System (NAICS) 541513 Computer Facilities Management Services. Under this classification, small business is identified as a business having less than $27.5M in annual revenues. The Government anticipates a total ceiling of about $160M for a three year base period and one two year option period for a total contract life of five years. All personnel will require, at a minimum, a Secret clearance granted by the Unites States Government. In addition, this requirement will require a minimum of a Top Secret facility clearance. Any resulting solicitation related to this RFI will officially be released via the Federal Business Opportunities page. TASKS Each task may relate to one or all of the following: Domestic, International Partners, and Foreign Military Sales (FMS) F-35 participants. The contractor shall possess demonstrated knowledge and experience with the following IT tasks as they relate to the F-35 JPO and associated air systems: Basic tasks for IT are as follows: TASK 1 PROGRAM MANAGEMENT SUPPORT SUBTASK 1.1 - PROJECT KICKOFF MEETING SUBTASK 1.2 - MANAGEMENT REPORTS SUBTASK 1.3 -- TRANSITION PLAN (s) SUBTASK 1.4 -- PROJECT MANAGEMENT PLAN (PMP) AND CONCEPT OF OPERATIONS (CONOPS) SUBTASK 1.5 -- IN PROGRESS REVIEW (IPR) SUBTASK 1.6 - COST CONTROL SUBTASK 1.7 - QUALITY, BEST PRACTICES, AND PROCESS IMPROVEMENT SUBTASK 1.8 SERVICE LEVEL MONITORING SUBTASK 1.9 PROJECT MANAGEMNET SUBTASK 1.10 - SECTION 508 COMPLIANCE SUBTASK 1.11 DOCUMENTATION TASK 2 - ENTERPRISE ARCHITECTURE & EMERGING CAPABILITIES, AND TESTING SUBTASK 2.0 - ENTERPRISE ARCHITECTURE SERVICES SUBTASK 2.1 - TEST AND INTEGRATION LAB SUBTASK 2.2 - TESTING OF F-35 JPO STANDARD APPLICATIONS SUBTASK 2.3 - REQUIREMENTS Management Process SUBTASK 2.4 - MARKET RESEARCH SUBTASK 2.5 - PROOF OF CONCEPT SUBTASK 2.6 - BUSINESS IMPACT ANALYSIS TASK 3 - INFRASTRUCTURE ENGINEERING SERVICES SUBTASK 3.1 - ENGINEERING REQUESTS SUBTASK 3.2 - ENGINEERING CAPABILITY GROWTH AND EMERGING TECHNOLOGIES SUBTASK 3.3 - CAPACITY MANAGEMENT SUBTASK 3.5 - REMOTE WORK SUPPORT SUBTASK 3.6 - SPECIAL PROJECTS SUBTASK 3.7 - SUSTAINABILITY IN IT SUPPORT (GREEN IT) SUBTASK 3.8 - MIGRATION PLANNING SUBTASK 3.9 - DEPLOYMENT TASK 4 - IT OPERATIONS MANAGEMENT SERVICES SUBTASK 4.1 - SYSTEM ADMINISTRATION SUBTASK 4.2 - NETWORK OPERATIONS CENTER (NOC) SUBTASK 4.3 - END-USER COMPUTING SERVICES SUBTASK 4.4 - FIREWALL MANAGEMENT SUBTASK 4.5 - DATA BACKUP AND RECOVERY SOLUTION SUBTASK 4.6 - MOBILE DEVICE MANAGEMENT (MDM) SUBTASK 4.7 MOVES, ADDS, AND CHANGES (MACs) SUBTASK 4.8 - HARDWARE SERVICES SUBTASK 4.9 - TELEPHONY SERVICES SUBTASK 4.10 -VTC SERVICES SUBTASK 4.11 - MULTIMEDIA SERVICES SUBTASK 4.12 TECHNOLOGY REFRESHMENT SUBTASK 4.13 - ASSET MANAGEMENT SUBTASK 4.13.1 - PROPERTY AND ASSET MANAGEMENT SUBTASK 4.13.2 - ASSET & INVENTORY TRACKING SUBTASK 4.13.3 - EQUIPMENT DISPOSAL TASK 5 - HELPDESK AND TRAINING SERVICES SUBTASK 5.1 - HELPDESK SERVICES SUBTASK 5.2 - DESKTOP SERVICES SUBTASK 5.3 - TRAINING SERVICES SUBTASK 5.3.1 - IT TRAINING SUBTASK 5.3.2 - GOTS APPLICATION TRAINING SUBTASK 5.3.3 - VTC TRAINING SUBTASK 5.3.4 - OTHER TRAINING TASK 6 - DATA, KNOWLEDGE AND APPLICATION MANAGEMENT SERVICES SUBTASK 6.1 - DATA MANAGEMENT SUBTASK 6.2 - KNOWLEDGE MANAGEMENT SUBTASK 6.2.1 - CONFIGURATION MANAGEMENT (CM) SUBTASK 6.2.1.1 CHANGE MANAGEMENT SUBTASK 6.2.1.2 QUALITY ASSURANCE PLAN SUBTASK 6.3 - APPLICATION MANAGEMENT SERVICES SUBTASK 6.3.1 - JOINT CONFIGURATION MANAGEMENT INFORMATION SYSTEM SUPPORT SUBTASK 6.3.2 - JOINT - WEB-BASED INFORMATION SYSTEM FOR THE ENTERPRISE SUBTASK 6.3.3 - PORTAL MANAGEMENT TASK 7 - INFORMATION ASSURANCE SERVICES SUBTASK 7.1 - CYBERSECURITY (CS) SUBTASK 7.2 - Provide Computer Network Defense Service Provider (CNDSP) and Infrastructure Security Support SUBTASK 7.3 - PROVIDE AUTHORIZATION AND ACCREDITATION SUPPORT SUBTASK 7.4 - PROVIDE INFORMATION AND CYBERSECURITY SERVICES FOR F-35 JPO FMS ADMIN (CORE TEAM) SUBTASK 7.5 - IMPLEMENT AND DOCUMENT THE SECURITY JPO SUBTASK 7.6 - EVIDENTIARY SERVICES TASK 8 - PROVIDE INFORMATION AND CYBERSECURITY SERVICES FOR F-35 JPO FOREIGN LIAISON OFFICES (FLOs) Israel Japan South Korea Additional countries may be added TASK 9 - INFORMATION ASSURANCE SECURITY TASK 10 F-35 VAULT OPERATIONS RFI RESPONSE INSTRUCTIONS Complete the attached questionnaire to provide the requested information (no substitutions, additions, or deletions). Responses shall be limited to the topics below and are bound by sectional page limits as outlined. A page is defined as a single sided 8.5" by 11" page using 1 inch margins from each edge. Response must be in font size 12, Times New Roman. Inclusion of the below questionnaire is in addition to the outlined page count. The information shall be submitted as UNCLASSIFIED. Do not submit any documents (letters, corporate statements, or marketing information) other than the completed questionnaire and any comments on the response topics. The Government may elect not to discuss submissions received in response to this RFI with individual responders. There is no requirement to respond to the RFI to be eligible to propose on the planned RFP. However, the Government places great value on the information received and may utilize it to finalize its acquisition strategy. Respondents shall fully use this opportunity to describe proven capabilities in performing services similar to those described in the tasks. Any questions and responses should be submitted to Mr Vincent Johnson at vincent.johnson@jsf.mil no later than 3:30pm EST on 3 June 2016. RESPONSE TOPICS Topic 1: The Government is interested in obtaining information from industry concerning capabilities to meet the requirements of the tasks outlined above. Specifically, the Government requests that respondents complete the attached questionnaire and indicate their capability of performing each task. This RFI is for market research purposes only and is not part of any down-selection process. (No more than 5 pages) Topic 2: The Government welcomes comments from industry on perceived ambiguities in the tasks that make it difficult to estimate the work required (e.g., are the sub tasks in alignment with current industry standards, unclear, or in conflict with each-other; are we missing any task areas). (No more than 5 pages) Topic 3: Can one vendor complete all task areas listed? Would it be more appropriate for any task areas to be broken out as separate contracts? Would any task areas be appropriate to be completed as a service (e.g., Help desk as a service; Telephone, Teleconferencing, VTC as a service, FMS, Vault)? (No more than 5 pages) Topic 4: Does your company have the resources and personnel to support tasks on classified IT systems and devices in CONUS? (No more than 5 pages) DISCLAIMER The Government does not intend to award a Task Order on the basis of this RFI. This is not a RFP. This RFI is issued solely for information and planning purposes and does not constitute a solicitation. 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. In accordance with FAR 15.201(e) responses to this notice are not offers and cannot be accepted by the Government to form a binding contract/agreement. Respondents are solely responsible for all expenses associated with responding to this RFI. Responses to this RFI will not be returned. Respondents will not be notified of the results of the review. NO FORMAL SOLICITATION EXISTS AT THIS TIME. QUESTIONNAIRE 1. Name of Company ____________________________________________________________________________ 2. Name of Business Unit Responding to the RFI (if applicable) ____________________________________________________________________________ 3. DUNS Number ____________________________________________________________________________ 4. CAGE Code ___________________________________________________________________________ 5. CAGE Code (for classified storage, if different than above) ____________________________________________________________________________ 6. Corporate Address ____________________________________________________________________________ ____________________________________________________________________________ 7. Date of Incorporation ____________________________________________________________________________ 8. Website URL ____________________________________________________________________________ 9. Indicate whether your company is a Small or Large Business under NAICS Code 541513. 0Small Business 0Large Business 10. Business Classification (What Type) 08(a) 0Veteran-Owned Small Business 0Service Disabled Business 0Service-Disabled Veteran-Owned Small Business 0HUBZone Small Business 0Small Disadvantaged Business 0Women-Owned Small Business 0Other (please describe) _________________________________________________ 11. One Point of Contact Name (Name, Phone Number and Email Address) Name: ______________________________________________________________________ Phone Number: _______________________________________________________________ Email Address: _______________________________________________________________ 12. Is your accounting system DCAA approved? 0Yes 0No 13. Have you ever been a Prime Contractor before on this size effort? 0Yes 0No 14. Have you been a prime on a contract that has managed subcontracts, if so please provide no more than 5 contract numbers with associated contract value. 15. Does your company have the resources and capability to support multiple resultant task orders, at one time, with services that cover several task areas at one time, in multiple locations both CONUS and OCONUS on its own without teaming/subcontracting/partnering/etc. with another firm? 0Yes 0No
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVAIR/N68335/FY17-ITKnoweldgeBasedServices/listing.html)
- Place of Performance
- Address: 200 12th Street South, Arlington, Virginia, 22202, United States
- Zip Code: 22202
- Zip Code: 22202
- Record
- SN04126244-W 20160525/160523234854-93a053afcc358347b72cddb4b60bd766 (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 |