Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 04, 2017 FBO #5641
SOURCES SOUGHT

C -- SD3 Engineering Support

Notice Date
5/2/2017
 
Notice Type
Sources Sought
 
NAICS
541512 — Computer Systems Design Services
 
Contracting Office
Defense Information Systems Agency, Procurement Directorate, DITCO-NCR, P.O. BOX 549, FORT MEADE, Maryland, 20755-0549, United States
 
ZIP Code
20755-0549
 
Solicitation Number
SD3ENG
 
Archive Date
6/1/2017
 
Point of Contact
WAYNE FAGAN,
 
E-Mail Address
wayne.j.fagan.civ@mail.mil
(wayne.j.fagan.civ@mail.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
SOURCES SOUGHT ANNOUNCEMENT The Defense Information Systems Agency ( DISA) is seeking sources for t he Defense Information Systems Agency ( DISA) is seeking sources for SD3 Engineering Support. CONTRACTING OFFICE ADDRESS: DISA/CONTRACTS-NCR PL62 PO BOX 549 FORT MEADE, MD 20755-0549 INTRODUCTION: This is a SOURCES SOUGHT TECHNICAL DESCRIPTION to determine the availability and technical capability of small businesses (including the following subsets, Small Disadvantaged Businesses, Certified 8(a), Service-Disabled Veteran-Owned Small Businesses and Woman Owned Small Business) to provide the required products and/or services. DISA is seeking potential sources for expert independent support to SD3's portfolio of Unified Capabilities. The objective of this requirement is to acquire a contractor with certifications and enterprise experience with DoD Unified Capabilities on traditional infrastructure and cloud. SD3 requires technical/engineering services to support the activities surrounding management and execution of initiatives and the design, development, implementation, modification, sustainment and portfolio management of several software applications and systems. The contractor shall provide technical/engineering support related to mission needs and issues concerning all aspects of DISA Unified Capabilities. The contractor shall be a demonstrated expert on both traditional IT infrastructure as well as on Cloud Computing, with expert knowledge of DoD enterprise policies, guidance, and directives for emerging technologies and Unified Capability specific needs within the DoD enterprise. SD3 seeks a broad range of programmatic, program management and technical/engineering support to include: Contract/Task Order (TO) Management Program Management Support Technical Services Engineering and Cyber Security Support 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: New Effort Place of Performance. DISA HQ, Fort Meade, MD REQUIRED CAPABILITIES: a) The SD3 team supports an extremely broad yet technically detailed focus area. Our mission is involved in a wide range of focus areas relating to Unified Capabilities (UC) (Voice, Video, Collaboration, Messaging, Electronic Records Management Content Management, and Productivity Suites). These focus areas cover the domains of Real Time Services, Standards, Test & Evaluation, Enterprise Architecture, Technology, Policy, Governance, Information Assurance, Network Operations, and Financials. Describe your UC experience in each of the focus areas. •b) b) SD3 is responsible for the development of the strategy for Unified Capabilities programs including identification of necessary enterprise services such as directory and authentication services. SD3 prepares the responsibility matrices and transition plans for migrating users from Legacy services or systems to new services or systems for new Unified Capabilities. SD3 develops technical architecture for Unified Capabilities that addresses the structure and behavior of the technology infrastructure of given Unified Capabilities dependent upon the infrastructure used for the capability, to include; planned client and server nodes, hardware configuration, infrastructure applications that run on them, the infrastructure services that are offered to applications, protocols, networks that connect applications and nodes. SD3 also addresses issues such as performance and resilience, storage and backup plans or requirements. Describe how your company has developed strategies and technical architecture in the past for UC Programs. •c) c) SD3 is responsible for performing migration and transitioning engineering support services and works with programs to identify delivery mechanisms and data migration strategies that support the constraints of the DoD enterprise Legacy systems and services to new UC program offerings. SD3 in turn communicates this vision both wthin DISA and outside of DISA to the broader DoD Community by using the Department of Defense Architecture Framework ( DoDAF ) views and models. Describe your experience in migration and transitioning engineering support and your ability to use the DoDAF models. d) DISA and SD3 manages and develops DoD enterprise level Unified Capabilities for the DoD enterprise User Base, throughout the DOD Agencies, in both traditional infrastructure and the Cloud. Describe your experiences and time in providing Unified Capabilities for the DoD Agencies. SPECIAL REQUIREMENTS Must have Top Secret clearance. At least one resource must hold the following certifications: The same resource does not have to hold all certifications: Office 365 MCSA AWS Solutions Architect AWS SysOps Administrator AWS DevOps Engineer ServiceNow Certified System Administrator ServiceNow Certified Implementation Specialist SOURCES SOUGHT: The anticipated North American Industry Classification System Code (NAICS) for this requirement is 541512, with the corresponding size standard of $27.5 million. 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, 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.) Vendors who wish to respond to this should send responses via email NLT 1:00 PM Eastern Daylight Time (EDT) 17 May 2017, to wayne.j.fagan.civ@mail.mil. Interested businesses should submit a brief capabilities statement package ( no more than five pages ) demonstrating ability to perform the services listed in this Technical Description. 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/DTN/SD3ENG/listing.html)
 
Place of Performance
Address: The Defense Information Systems Agency (DISA), Ft Meade, Maryland, 20755, United States
Zip Code: 20755
 
Record
SN04493032-W 20170504/170502235303-8ac4531eb52c852b9732f75b0aa0110f (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.