Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 10, 2018 FBO #5951
SOURCES SOUGHT

D -- Special Services Line of Business, CSS ID: 831812223

Notice Date
3/8/2018
 
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
831812223
 
Archive Date
4/7/2018
 
Point of Contact
Grant Greer, Phone: 6182299541
 
E-Mail Address
Grant.m.greer.civ@mail.mil
(Grant.m.greer.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
SOURCES SOUGHT ANNOUNCEMENT The Defense Information Systems Agency (DISA) is seeking sources for its Special Services Line of Business, CSS ID: 831812223. CONTRACTING OFFICE ADDRESS: DISA/Defense Information Technology Contracting Organization (DITCO)/PL8414 2300 East Drive, Building 3600 Scott Air Force Base, IL 62225-5406 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 DISA Special Services Line of Business is seeking information for potential sources for information technology support. The requirement will encompass a wide-range of IT support functions needed to operate and maintain DoD business applications supporting DISA customers. Functions include: customer support, software change management, information assurance, as well as system and database administration, in addition to network and communications support, plus backup and disaster recovery, and project management as it pertains to integrating customer applications into DISA data centers. 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: This is a new requirement which has no previous contract history. Place of performance will be at DISA facilities located in; Ogden, UT; Columbus, Ohio; and Montgomery, AL. The anticipated time frame for this effort is a 12-month base period with 4, 1-year options. REQUIRED CAPABILITIES: a) Microsoft Windows and Linux System Administration - Please describe your experience administering Windows and Linux operating systems, applying security policies such as DoD Security Implementation Guides (STIGs), managing storage, performing backup and recovery operations, as well as patching and applying software updates. Also please describe your experience monitoring, testing and performance tuning Windows and Linux servers. b) Windows Server Update Services (WSUS) Administration-- Please describe your experience operating and maintaining WSUS applications; establishing and maintaining WSUS database operation procedures, synchronizing Microsoft content for import and push to other subscribers, creating and maintaining customer accounts. Please describe any experience documenting design and user manuals, any experience applying DOD security regulations and directives as they apply to WSUS administration. c) Information Security Support - Please describe your experience with DoD Information Assurance tasks. Specifically, implementing and ensuring compliance with current security directives. Describe your experience with documenting and maintaining an executable IT disaster recovery and continuity of operations plan (COOP) for DOD IT operations that include alternative processing sites. d) Application Support -- Please describe your experience providing support for customer developed applications as well as open-source software and commercial-off-the-shelf applications like Systems, Applications, and Products (SAP) and Manugistics. Also, describe your experience with enterprise level web site management, support for end-user portal access, database management, and application interfaces. Lastly, describe experience with configuration and release management, performance monitoring of customer applications, and networking support specific to business applications and trouble-shooting of customer access. e) IT Project Support -- Please describe your experience integrating new IT workloads into DOD processing centers. Also describe your experience performing consolidation planning, design, preparation, installation and testing necessary to ensure customer activities are accomplished with minimal disruption to overall operations. SPECIAL REQUIREMENTS # Interim Secret security clearances will be required for both Facility and Personnel. 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 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, 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, National Institutes of Health, National Aeronautics and Space Administration Solutions for Enterprise-Wide Procurement, Federal Supply Schedules, 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.) 6) The respondent shall use the Sources Sought title for the title and CSS ID number in the Subject of all emails submissions. In addition, the submission shall be in 12-point type with at least one-inch margins on 8 1/2" X 11" page size (all-inclusive with the exception of the title page and table of contents). Vendors who wish to respond to this should send responses via email no later than March 23, 2018 at 4:00 PM Eastern Daylight Time (EDT) to Grant Greer at Grant.M.Greer.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 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/831812223/listing.html)
 
Record
SN04848574-W 20180310/180308232003-e5469aaef9dc44019ad7e9befa03de49 (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.