SOURCES SOUGHT
70 -- Joint Contiguous United States (CONUS) Communications Support Environment (JCCSE)
- Notice Date
- 5/25/2016
- Notice Type
- Sources Sought
- NAICS
- 541519
— Other Computer Related Services
- Contracting Office
- Department of the Army, National Guard Bureau, National Guard Bureau, Systems & IT Branch, 111 S. George Mason Dr., Arlington, Virginia, 22204, United States
- ZIP Code
- 22204
- Solicitation Number
- W9133L-16-C-0SSN
- Archive Date
- 9/8/2016
- Point of Contact
- Derrell K. Wright, Phone: 7036071218, Cicely D Simmons, Phone: 7036071302
- E-Mail Address
-
derrell.k.wright.civ@mail.mil, cicely.d.simmons.civ@mail.mil
(derrell.k.wright.civ@mail.mil, cicely.d.simmons.civ@mail.mil)
- Small Business Set-Aside
- N/A
- Description
- Joint Contiguous United States (CONUS) Communications Support Environment (JCCSE) This is a Sources Sought Notice (SSN) for planning purposes only and does not constitute a Request for Quote (RFQ)/Invitation for Bid (IFB)/Request for Proposal (RFP) or a promise to issue an RFQ, IFB or RFP in the future. Response to this RFI is strictly voluntary. This notice does not commit the Government to contract for any supply or service. Further, the Government is not seeking quotes, bids or proposals at this time and will not accept unsolicited proposals in response to this sources sought notice. The Government will not pay for any information or administrative costs incurred in response to this notice. Submittals will not be returned to the responder. Respondents will not be notified of the results of the market analysis. Not responding to this notice does not preclude participation in any future RFQ or IFB or RFP, if any is issued. If a solicitation is released, it will be synopsized on FedBizOpps.gov. It is the responsibility of potential offerors to monitor FedBizOpps.gov for additional information pertaining to this requirement. The anticipated North American Industry Classification System (NAICS) code is 541519 Other Computer Related Services, Size Standard is $27.5 Million. The results of this Sources Sought will be utilized to determine if the required product or service exists in the marketplace and if any Small Business Set-Aside opportunities exist. All Small Business Set-Aside categories will be considered. This SSN constitutes a market research tool for the collection and analysis of information to determine the capabilities and capacity of contractors for the JCCSE program. SCOPE OF SERVICES: The anticipated requirement is to further advance the Joint contiguous United States (CONUS) Communications Support Environment (JCCSE), to improve business processes and provide direct support to the Joint Force Headquarters (JFHQs) and Chief, National Guard Bureau (NGB). The end-state is to institutionalize JCCSE throughout the National Guard enterprise, transform Joint Staff (JS) operations, improve support to the JFHQs, and more efficiently execute the JS mission. It is anticipated that a contractor shall provide non-personal on-site services in support of JCCSE, in addition to the following six key functional J6/CIO Task areas: IT Strategic Planning support, Program Management (PM) support, Capital Planning Investment Control/Portfolio Management (CPIC/PfM), Information Management/Knowledge Management (IM/KM), and Cybersecurity. In the area of IT Strategic Planning, the contractor shall provide subject matter expertise to facilitate the J6 in developing plans for JCCSE enterprise solutions, collaboration, dynamic problem solving, and Joint Information Environment and data/Information Centric initiatives to enable delivery of operational capabilities. In regards to Program Management support, the contractor shall assist in implementing the Project Management Professional (PMP) process and best practices as applicable. Regarding CPIC/PfM, the JS requires support in conducting business case and investment analysis, as well as, the integration of strategic/performance and management planning, in maximizing the return on IT investments. IM/KM requirements focus on the development and implementation of effective means to use organizational knowledge. Contracted support shall assist in capturing, developing and sharing knowledge using NG information sharing tools and approved policies. Cybersecurity support will call for the contractor to support DoD and NG emerging requirements in efforts to manage vulnerabilities within federal programs and systems. Activities will include collecting, assessing and reporting cybersecurity information while using DoD mandated tools Provide the following in response from interested parties as follows: INSTRUCTIONS FOR RESPONSE 1. Cover letter to include: a. Name and address of the firm, DUNS number, Cage Code and all NAICS codes your firm is registered under b. A point-of-contact to include phone number and email address. c. A statement regarding the firms' business size status (i.e. Other than Small (OTS) Small Business (SB), Small Business Disadvantaged (SDB), Women-Owned Small Business (WOSB), Veteran Owned Small Business (SDVOSB), Historically Underutilized Business Zone (HubZone), Section 8(a), etc.) 2. Answers to the following questions: a. Provide specific details on your current and projected capacity to perform the work as specified in the attached Draft Performance Work Statement. b. Does your firm have the ability to provide the services as outlined in the above scope? Please provide specific examples based on previous same or similar projects. Please provide contract number, type of service, dollar amount, complexity, type of contract, period of performance, a brief description of the scope of services. If your firm is a small business, did you perform at least 51% of the work? c. Have services identified within the scope of work been provided to the private sector? If so, please provide commercial procedures used, terms and conditions, and type of services. e. Would limits on subcontracting IAW FAR 52.219-14 (small businesses) affect the ability to perform on larger projects within the scope of work areas described above? Please explain. f. Have you submitted Small Business Participation plans for services described in the scope of work? If so, were goals achieved? If not, why? RESPONSES ARE REQUESTED NO LATER THAN 1400 LOCAL TIME, WASHINGTON, DC, MONDAY, 08 JUNE 2016. PLEASE SEND RESPONSES VIA E-MAIL WITH NGB RFI-JCCSE IN THE SUBJECT LINE TO DERRELL WRIGHT at Derrell.k.wright.civ@mail.mil). Only One response per company will be reviewed. The Government's explicit intent, in this sources sought notice (SSN), is to not receive from respondents any proprietary data, trade secrets, business sensitive information, or information considered CONFIDENTIAL under 18 U.S.C. §1905. The Government's constraint does not in any way relieve respondents from their responsibility to properly mark proprietary data when it is provided, in accordance with DFARS 252.227-7013, nor does it alleviate any requirement for the Government to protect marked data. The Government is not obligated to protect unmarked data. Respondents shall ensure that any material and data that is provided is marked appropriately to ensure proper handling of all information. Unless otherwise noted herein, anything submitted in response to this SSN will not be returned to the sender. Respondents will not be notified of the results of this SSN or results of information submitted, nor will the Government respond to telephone or email inquiries. NOTE: The Government is not asking you to develop or provide drawings or develop any technical data in response to this RFI. All responses should be submitted electronically using PDF, HTML, MS Word or PowerPoint formats. Responses shall not exceed 10 pages excluding cover page, 8 1/2" X 11", font size not smaller than 10. * ONLY written responses will be accepted. *Total e-mail file limit size is restricted to 15MB. Files exceeding this threshold shall be submitted over multiple messages, and be identified as "Message #x of #x"
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA92/W9133L-16-C-0SSN/listing.html)
- Place of Performance
- Address: National Guard Bureau, 111 S. George Mason Drive, Arlington, Virginia, 22204-1373, United States
- Zip Code: 22204-1373
- Zip Code: 22204-1373
- Record
- SN04128491-W 20160527/160525234454-1cb24478a93c5dbabedc59af2ef147fb (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 |