Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF OCTOBER 26, 2017 FBO #5816
SOURCES SOUGHT

D -- N4110 AWS-3 EEP Support - Sources Sought

Notice Date
10/24/2017
 
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
DOSMC70164SB
 
Archive Date
11/2/2017
 
Point of Contact
Jordan N. Curry, Phone: 3012254141, Gloria Norwood, Phone: 3012254504
 
E-Mail Address
jordan.n.curry.civ@mail.mil, gloria.r.norwood.civ@mail.mil
(jordan.n.curry.civ@mail.mil, gloria.r.norwood.civ@mail.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
N4110 Sources Sought SOURCES SOUGHT ANNOUNCEMENT The Defense Information Systems Agency (DISA) is seeking sources for Advanced Wireless Services- 3 (AWS-3) Early Entry Portal (EEP) Development, Operations, and Maintenance Support. CONTRACTING OFFICE ADDRESS: Defense Information Systems Agency Defense Information Technology Contracting Agency National Capital Region (NCR), PL63, PO Box 549, Ft. 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. The Defense Spectrum Organization is seeking information for potential sources for Advanced Wireless Services-3 (AWS-3) Early Entry Portal (EEP) Support. The AWS-3 EEP is a custom-coded SharePoint.NET web application using the SharePoint data object model. It requires an underlying SharePoint instance and SQL server for storing SharePoint configuration, content, and user/role data. The AWS-3 EEP currently resides within a third-party data center and is accessible via the open internet to authorized users. AWS-3 EEP provides an information exchange mechanism supporting a workflow for processing commercial AWS-3 provider coordination requests (CRs), in accordance with the Joint FCC and NTIA Public Notice on Coordination Procedures in the 1695-1710 MHz and 1755-1780 MHz Bands: July 18, 2014, with the DoD, Department of Justice (DOJ) and Department of the Interior (DOI). EEP also includes automation of the Satellite Operations (SATOPS) Streamlined Coordination process with the DoD, AWS-3 licensee responses to the DoD results letter, and processes associated with AWS-3 licensee's coordination with DoD after initial results of CR assessments are provided to the AWS-3 licensees (referred to as "Post-60 day Discussions"). Additionally, the DoD, DOJ, and DOI have analytical capabilities to assess CRs that are manually downloaded from the AWS-3 EEP (there is no machine-to-machine interface between these analytical capabilities and the AWS-3 EEP). 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 HC104716D0008 / Order # HC104717F0082 Contract Type: Firm Fixed Price (FFP) Incumbent and their size: Peraton Inc. (formerly Harris Corporation), Large Method of previous acquisition: Sole Source Period of Performance: Base Period + four (4) Option Years Place of Performance: The primary place of performance will be the contractor facility, with periodic local travel to DSO facilities and within the National Capitol Region REQUIREMENT DESCRIPTION: This procurement is for the AWS-3 Early Entry Portal (EEP) to include hosting the EEP, continued maintenance and development of the EEP, and to support transition activities related to hosting the EEP within a government-furnished environment. Unique to this requirement is the fact that The EEP is a SharePoint web application that currently resides within a contractor's (Peraton, Inc.) data center and is accessible via the open internet to authorized users. The objective of this effort is to provide for continued EEP development, operations and maintenance. The Government is in need of transition, deployment, continuing development, operations, maintenance, and enhancement tasks for EEP, as defined in this PWS. The contractor shall provide all corrective maintenance, system user support, software development, system (and software) documentation, system/software operations, and maintenance services required by EEP as outlined in Section 6, titled Performance Requirements. Tasks: • Task Order management • EEP Transition and Deployment • EEP Software Development • EEP Operations and Maintenance • Disaster Mitigation Support • Equipment Management REQUIRED CAPABILITIES: For the purposes of this Sources Sought, the technical requirements have been provided. This document is to be used as a reference document only when asking questions about the requirement. a.) Describe your ability to provide solutions deployed and priced on a utility (as used) basis with pricing which incentivizes long term use with reduced cost to the Government over time. b.) Describe your ability to provide solutions priced on a procurement model with reoccurring maintenance and support offerings. d.) Describe your ability to meet DISA security requirements. This should include staff with a minimum Secret IT-I Level Clearance and facility access. e.) Describe your ability to provide solutions that are highly available (minimum 99.95% up to 99.999% availability) and illustrate the cost impact of varying levels of minimum required uptime. f.) Describe how you can support all present and potential DISA sites worldwide. SPECIAL REQUIREMENTS Must have Secret clearance. SOURCES SOUGHT: The anticipated North American Industry Classification System Code (NAICS) for this requirement is 541512, with the corresponding size standard of $27.5M. 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 questions NLT 27 October at 2:00PM Eastern Time (EST), and responses via email NLT 1 November 2:00 PM (EST) to jordan.n.curry.civ@mail.mil and gloria.r.norwood.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/DOSMC70164SB/listing.html)
 
Place of Performance
Address: The primary place of performance will be the contractor facility, with periodic local travel to DSO facilities and within the National Capitol Region., Maryland, United States
 
Record
SN04721353-W 20171026/171024231026-8b2b56c0c0407b35add133e8b041faf6 (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.