SOURCES SOUGHT
R -- Mission Enterprise Information Services
- Notice Date
- 6/15/2016
- Notice Type
- Sources Sought
- NAICS
- 541519
— Other Computer Related Services
- 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
- 831607883
- Archive Date
- 7/14/2016
- Point of Contact
- Shannon K. Fuehne, Phone: 6182299147, Karen Kinzel, Phone: 6182299243
- E-Mail Address
-
shannon.k.fuehne.civ@mail.mil, karen.m.kinzel2.civ@mail.mil
(shannon.k.fuehne.civ@mail.mil, karen.m.kinzel2.civ@mail.mil)
- Small Business Set-Aside
- N/A
- Description
- SOURCES SOUGHT ANNOUNCEMENT The Defense Information Systems Agency (DISA) is seeking sources for the Mission Information Systems Support for the Office of the Under Secretary of Defense for Policy ((OUSD(P)), the Defense Technology Security Administration (DTSA), and the Joint Service Provider (JSP). CONTRACTING OFFICE ADDRESS: DISA/Defense Information Contracting Technology Organization (DITCO) 2300 East Drive, Building 3600 Scott AFB, IL 62225-5406 INTRODUCTION: This is a SOURCES SOUGHT TECHNICAL DESCRIPTION to determine the availability and technical capability of ALL 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. OUSD(P), DTSA, and JSP are seeking expert-level contractor-provided labor services to maintain and enhance delivery of the following Enterprise Sharepoint, Customer Relationship Management (CRM) and Application Development and Program Support capabilities. The labor services required, but not limited to, are websites development and maintenance, end user services, formal curricula development, custom web-based applications development and maintenance and database management. The Vision of this project is to provide mission information services and application support for the OUSD(P), DTSA, and JSP, distinct from and riding on the infrastructure and support services provided by US federal and defense organizations including DISA, JSP, Washington Headquarters Services, US Cyber Command, Department of Homeland Security, Department of National Intelligence, Defense Intelligence Agency, and other Department of Defense (DoD)-wide mission application providers. The Objective of this project is to provide all mission information services for OUSD(P), DTSA, and JSP. Both project Vision and Objective are agnostic of any supporting hardware and network infrastructures supplied by the JSP as well as through acquired cloud services. 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: GS06F0604Z/HC1028-11-F-0818 Contract Type: FFP and CPFF Incumbent and their size: Applied Information Sciences, Inc. Method of previous acquisition: GSA Alliant SB full and open Contract Number: GS07T00BGD0020/HC1028-10-F-2176 Contract Type: FFP Incumbent and their size: Advanced Technology Systems Inc./Salient Federal Solutions Method of previous acquisition: full and open competition/Millenia Lite Contract Number: HQ0034-15-F-0019 Contract Type: FFP Incumbent and their size: Inserso Inc. Method of previous acquisition: 8(a) set aside The general nature of the work is for the contractor to provide the full range of IT services in support of OUSD(P), DTSA, and JSP mission application customers on all three classification levels: Unclassified, Secret, and TS/SCI. The general areas of contract performance are divided into specific major functional areas below: (1)Program Management (2)Mission Application Development, Test and Train (3)Project Management & Coordination (4)Customer Engagement Managers (5)Application Server and Accounts Administration (6)Network Engineering (7)Asset Management (8)Communications Engineering (9)Security Engineering, Certification and Accreditation (10)Telecommunication Support (11)Operations Support (12)Hardware & Software Support (13)Sharepoint Environment Support The anticipated start time is January 2017. There will be a two month transition period from the current contracts to the new. Contract will have a one-year base plus four, one-year options. The primary place of performance will be at the Pentagon, Mark Center, and other Government facilities within the National Capital Region (NCR). In addition, the contractor may be required to provide support at other locations within the NCR and occasionally at alternate sites outside the NCR. REQUIRED CAPABILITIES: Capabilities include expertise in supporting DoD mission application development-to-delivery using the following capabilities: Microsoft Azure, Microsoft O365, Microsoft SharePoint, Microsoft Customer Relationships Management, Nintex, Visual Studio, Bamboo Studio, SQL Server,.Net, other Platforms-As-A-Service offerings VB-NET, C#, ASP.NET, Citrix, Retrievalware, Crystal Reports, SQL and XML as well as legacy application review and conversions under Java, Javascript, Access, Oracle, and more. a) Complete support to OUSD(P), DTSA, and JSP to include: •Program management and analysis of business/organization requirements, documentation, development, iterate sprints, upgrade, test, train, troubleshoot, plan, coordinate, manage, identify benefits, analyze business needs, serve as technical expert, ensure adherence to security and records management standards, and provide lessons learned for all project deliveries and implementations. •Server operations and maintenance. For OUSD(P), the Contractor must be completely proficient with platform-as-a-service, SharePoint, CRM, and all associated technologies. For DTSA, the Contractor shall support all DTSANET and SPAN servers, and applications, including a control point to resolve and implement LAN configuration issues and equipment hookups; analyze, isolate and coordinate corrective action for communications-related problems; and the configuration of communications equipment in support of these environments. b) Demonstrate high competencies in development-through-delivery with cloud based platform as a service capabilities, and further integrate Mission Applications with available software as a service applications. c) Operation and maintenance of all existing OUSD(P), DTSA, and JSP applications (approximately 30+ separate applications) as well as internal and external web sites immediately at contract initiation, developed primarily using the aforementioned technologies. All Contractor development must be in compliance with accessibility standards & best practices and be agnostic of user environment - with responsive design best practices. d) Demonstrate expertise in supporting the following areas: •Embedded staff or help desk to provide business operations and mission application support including, but not limited to, advocating for end users, prioritizing information service delivery, analyzing business requirements, developing proof of concept solutions, providing mission application training, troubleshooting user environments related to mission apps execution, and interfacing with mission application developers in their mission engagement management. •Management of software license agreements, hardware maintenance agreements, asset lifecycle management, equipment installations, configuration, and operations. •Procurement and disposition of hardware and software for DTSA. •Cyber security measures consistent with DoD (USCYBERCOM, DODIN, DISA, Joint Services Provider, etc.) policy, regulation, and guidance. •Test, implement, operate and maintain telecommunications, mobility, and Virtual Private Network solutions while maintaining cognizance of system performance and network throughput at enterprise boundaries, with cloud service providers, and within local area networks to optimize performance. The Contractor shall support the operations and maintenance of video teleconferencing capabilities (VTC) (e.g., Tandberg, Cisco, or similar solutions that leverage Session Initiation Protocol, H.320, and H.323, etc.). The contractor shall provide directory services and multiparty teleconferencing support throughout DTSA as well as DTSA-specific VTC support at the Mark Center's Conference Center. The contractor shall provide instant messaging capabilities throughout DTSA. e) Demonstrate the ability to have onboard and cleared ready to operate accordingly: 50% staff upon award 75% staff upon 30 days 100% staff upon 60 days SPECIAL REQUIREMENTS SECURITY The work contains UNCLASSIFED, CONFIDENTIAL, SECRET, TOP SECRET, and TOP SECRET/SCI. All personnel assigned to this contract shall have at a minimum and be able to maintain a SECRET clearance in accordance with table, as seen below. All personnel security clearances shall be in place prior to individuals reporting for duty at the required government location. Support Requirements and Clearance Program Management: TS Mission Application Development: SECRET - TS/SCI Application Server and Accounts Administration: SECRET - TS/SCI/NATO Project Management & Coordination: SECRET - TS/SCI Customer Engagement Management: TS/SCI Helpdesk: SECRET - TS/SCI Installation Services: SECRET - TS/SCI Network Engineering: TS/SCI/NATO Must be ISO 9001 certified. SOURCES SOUGHT: The anticipated North American Industry Classification System Code (NAICS) for this requirement is 541519, with the corresponding size standard of $27.5M. This Sources Sought Synopsis is requesting responses to the following criteria from all 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, but is not limited to, 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 a. Name of company representative and their business title. b. Identify which services you cannot meet with in-house/organic support and describe any teaming arrangements you have with other companies that will enable you to meet those requirements. Specify all additional business names (subcontractors) and addresses that will be used in your teaming arrangements; d. Cage Code 2) 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.) 3) Contractor's list of up-to-date qualifications that demonstrates the Required Capabilities Section expertise, competencies, and certifications in supporting application requirements supporting DoD. 4) Describe the products and services you deliver to customers today that are comparable to what is in this Sources Sought. Vendors who wish to respond to this should send responses via email NLT Wednesday, June 29, 2016, 4:00 PM Eastern Daylight Time (EDT) to shannon.k.fuehne.civ@mail.mil. Interested businesses should submit a brief capabilities statement package (no more than ten pages) demonstrating ability to perform the services listed in this Technical Description. Capability responses should be clearly labeled, by number and letter specific responses to questions listed above. 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 personnel reviewing Sources Sought 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/831607883/listing.html)
- Place of Performance
- Address: the Pentagon, Mark Center, and other Government facilities within the National Capital Region (NCR), Arlington, Virginia, 20301, United States
- Zip Code: 20301
- Zip Code: 20301
- Record
- SN04150911-W 20160617/160615234833-464b939a04905fb56939f8d223b41d9e (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 |