Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 16, 2018 FBO #5957
SOURCES SOUGHT

R -- Technical and Professional Services supporting the DISA Operations Center, Services Directorate, Applications Division

Notice Date
3/14/2018
 
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
621809652
 
Point of Contact
Claudia G. Melgar, , Adelis M Rodriguez,
 
E-Mail Address
claudia.g.melgar.civ@mail.mil, adelis.m.rodriguez.civ@mail.mil
(claudia.g.melgar.civ@mail.mil, adelis.m.rodriguez.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
SOURCES SOUGHT ANNOUNCEMENT The Defense Information Systems Agency (DISA) is seeking sources for Technical and Professional Services supporting the DISA Operations Center, Services Directorate (SE), Applications Division (SE3). CONTRACTING OFFICE ADDRESS: DISA/PSD, PL6 PO Box 549 Fort Meade, MD 20755 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 Services Directorate, Applications Division is seeking information for potential sources for the following technical and professional services: DoD Enterprise Email technical support; BlackBerry Mobility Program technical support; F5 Management technical support; DoD Enterprise Portal Service technical support; Cloud storage technical support; Program Office professional support 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: The anticipated need for these services 4th Quarter of 2019. The anticipated location of the services is Fort Meade, MD REQUIRED CAPABILITIES: a)DoD Enterprise Email (DEE) - Provide Microsoft Exchange, and Microsoft desktop centric expertise to integrate DISA's hosted Microsoft Exchange solutions with existing desktop environments. The contractor must install, implement, test, maintain, monitor, web-administer, troubleshoot, repair, and provide application security support; as well as provide technical guidance and plan, engineer, migrate, and perform post-migration support activities necessary to successfully implement a DISA hosted Microsoft-based e-mail solution for DISA customers at the DISA Data Centers. Describe your experience and knowledge engineering, installing, integrating, testing, maintaining, and administering Microsoft-based enterprise email solutions. b)Blackberry Mobility - Plan and implement performance-based upgrades to the BlackBerry Unified Endpoint Management (BB UEM) infrastructure and provide certified BB UEM onsite and remote support to mission partners using current authorized mobile device operating systems (e.g. BB10, Android, iOS). Describe your experience and ability to provide certified BlackBerry Unified Endpoint Management performance-based upgrades and support. c)BlackBerry Mobility - Describe your experience installing, implementing, testing, maintaining, monitoring, troubleshooting, repairing, and providing application support and providing technical guidance and documentation to successfully implement a hosted mobility solution. d)F5 Management - Configure and operate, in both stand alone and load balanced configurations, the F5 in both physical and virtualized implementations; configure F5s to support Common Access Card (CAC) and account/password authentication and authorization; analyze F5 logs and resolve issues encountered with F5 architecture; configure F5s to support end user browsers to include both use and prohibition on session tokens; employ scripting and delegated authorization methodologies such as Kerberos Constrained Delegation (KCD) and other F5 capabilities to support SharePoint 2013 and later versions. Describe your experience and knowledge employing and optimizing F5 solutions. e)DEPS Administration - DoD Enterprise Portal Service (DEPS) is a collaboration and knowledge management service provided to DoD by leveraging Microsoft SharePoint. DEPS administration requires the scheduling and onboarding of new customers and supporting existing customers of the DoD Enterprise Portal Service (DEPS); as well as performing, tracking, managing, and maintaining engineering designs for DEPS implementations. Describe your experience and knowledge managing customers and performing engineering design implementations in DEPS or another MS SharePoint capability. f)Cloud Storage - Provide expertise in object storage, Amazon S3 API, and IBM Cleversafe technology and other cloud storage related technologies such as web file synch and share. Also, provide technical guidance for the planning, engineering, implementation, on-boarding and other support activities necessary to deliver the DISA hosted cloud storage solution to DISA mission partners. Describe your experience and knowledge delivering a hosted cloud storage solution employing Amazon S3 API, IBM Cleversafe, object storage technologies, and web file synch and share technologies. g)Program Office Support - Provide program and customer management expertise for integrated program planning, organization, execution and control of the division operations across several projects. Describe your experience of enabling and managing the customer communication process; organizing and tracking disparate tasks; and providing clear, concise communications to senior leadership and senior executives. Describe your experience providing program and customer management for integrated program planning, organization, execution, and control of multiple projects. SPECIAL REQUIREMENTS: Performance of the anticipated work requires some contractor staff to have a Top Secret security clearance; therefore, the contractor must have a Top Secret facility clearance at the time of award. Provide this information on the first page of your response. 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, 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; 2)Name of company representative and their business title; 3)Type of Small Business; 4)Cage Code; 5)Current Facility Clearance (FCL) recognized by the Defense Security Services 6)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 4 April 2018 at 2:00 PM Eastern Daylight Time (EDT) to claudia.g.melgar.civ@mail.mil or adelis.m.rodriguez.civ@mail.mil. Interested businesses should submit a brief capabilities statement package (no more than 7 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/621809652/listing.html)
 
Place of Performance
Address: Ft. Meade, MD, United States
 
Record
SN04854330-W 20180316/180314231407-c3ff6754aed1b2cfb827d577a93b8e0d (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.