Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 23, 2017 FBO #5721
SPECIAL NOTICE

D -- USARCC-C Cyber Security DRAFT PWS - DRAFT PWS Documents

Notice Date
7/21/2017
 
Notice Type
Special Notice
 
NAICS
517110 — Wired Telecommunications Carriers
 
Contracting Office
Department of the Army, Army Contracting Command, ACC - APG (W9124A) Fort Huachuca, Bldg 61801, Rm 3212, Fort Huachuca, Arizona, 85613-5000, United States
 
ZIP Code
85613-5000
 
Solicitation Number
W91RUS-17-R-0014
 
Point of Contact
Regan T. Alexander, Phone: 520-538-6394, Shelby L. Burroughs, Phone: 520-538-6383
 
E-Mail Address
regan.t.alexander.civ@mail.mil, shelby.l.burroughs.civ@mail.mil
(regan.t.alexander.civ@mail.mil, shelby.l.burroughs.civ@mail.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
DRAFT DD254 SCI Addendum DRAFT DD254 Continuation Sheets DRAFT DD254 DRAFT QASP DRAFT PWS Apndx C ITIL_Key Perfrm Indicators DRAFT PWS Apndx B Perform Metrics DRAFT PWS Apndx A Services and Assets DRAFT PWS United States Army Regional Cyber Center - Continental United States (USARCC-C) cyber security Draft Performance Work Statement (DRAFT PWS) Special Notice. This notice is issued for informational and planning purposes only. THIS IS NOT A REQUEST FOR PROPOSAL. Responses will not be considered as proposals, nor will any award be made as a result of this notice. Any information provided by interested parties to the Government is strictly voluntary. The Army will NOT be responsible for any costs incurred by interested parties in responding to this notice. Any information provided in this notice is subject to change. The main purpose of this DRAFT PWS is to allow industry more time for proposal development to devise strategies, identify concerns, and begin identifying partners early in the procurement process. In addition, the ACC-APG, Huachuca Division is interested in obtaining industry inputs regarding the requirements, such as areas requiring additional explanation, potential issues, and/or areas that could be refined to provide a clearer understanding of the requirement. Comments, questions, or recommendations shall be submitted by COB 01 August 2017 MST. The Government will not post responses or answers to submitted comments, questions, or recommendations. No solicitation exists at this time and solicitation requests will not be acknowledged. The following information is being provided for planning purposes only and is subject to change. 1. Requirements Summary. The USARCC-C has a need to procure Information Technology (IT) support services to provide the full range of operations, maintenance and defensive functions of Army's portion of the Global Information Grid (GIG), or LandWarNet. The Workload of the USARCC-C is divided into seven major services: Network Services, Enterprise Services, Unified Capabilities (UC), Computer Network Defense Services, CONUS DoDIN-A Operations, Mission Support Services, and Defensive Cyberspace Operations (DCO) Support Services. These services comprise requirements for network operations, systems operations, technical support, security management, process management, and service support for NIPRNet, Defense Research and Engineering Network (DREN), Black Core, GMN, and other unclassified or classified environments. The Contractor shall provide all personnel, management and other related services, except as specified in paragraph C.4.6, Government-Furnished Resources. The Government will require ITIL-compliant Contractor performance on tasks identified in section 5.0 in both classified and unclassified network environments. Work shall include current and new systems at various lifecycle stages, and any future applications/systems not currently identified. During the life of this contract, the USARCC-C may support Outside the Continental United States (OCONUS) Theaters' Army Networks Enterprise Management. 2. The Government anticipates issuing a Request for Proposal for this requirement on or around 25 September 2017. 3. Solicitation will be 100% set-aside for Small Business using the competitive procedures described in FAR Subpart 19.5 and FAR Part 15. 4. A single "C" type contract will be awarded. 5. Period of Performance includes: Phase-in Period of 30 days Base Period for 12 months Option Period One for 12 months Option Period Two for 12 months Option to Extend Services IAW 52.217-8 for six months 6. The contract award will be made based on the best value, overall trade-off proposal that is determined to be the most beneficial to the Government, with appropriate consideration given to the evaluation factors of Technical Capability, Past Performance, and Cost. 7. Attached DRAFT PWS documents include: DRAFT PWS DRAFT PWS Apndx A Services and Assets DRAFT PWS Apndx B Perform Metrics DRAFT PWS Apndc C ITIL Key Perform Indicators DRAFT QASP DRAFT DD254 DRAFT DD254 Continuation Sheets DRAFT DD254 SCI Addendum
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/a4c35bd1cd04e321db6ebd04f53120c6)
 
Place of Performance
Address: The primary place of performance is Fort Huachuca, AZ (60%) and alternate at Fort Sam Houston, TX (40%), or as identified in 5.0 Technical requirements, with limited contract support at Fort Gordon, GA and Fort Eustis, VA. The Contractor normally shall perform IT support outside Fort Huachuca, Fort Gordon, Fort Eustis, and Fort Sam Houston in a temporary duty (TDY) status. During the life of this contract, performance will be required temporarily at Army Networks Enterprise management Outside the Continental United States (OCONUS) Theaters., Fort Huachuca, Arizona, 85613-7070, United States
Zip Code: 85613-7070
 
Record
SN04589954-W 20170723/170721234900-a4c35bd1cd04e321db6ebd04f53120c6 (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.