SPECIAL NOTICE
99 -- Enterprise Architecture (EACOE) Quick Start
- Notice Date
- 4/12/2018
- Notice Type
- Special Notice
- NAICS
- 541611
— Administrative Management and General Management Consulting Services
- Contracting Office
- Other Defense Agencies, USCYBERCOM, USCYBERCOM Contracting, 9800 Savage Road, Ste 6317, Fort Meade, Maryland, 20755, United States
- ZIP Code
- 20755
- Solicitation Number
- HB0001-18-R-0003
- Archive Date
- 5/12/2018
- Point of Contact
- Jessica Storms, Phone: 4436345534, Robert Sheehan, Phone: 4108543914
- E-Mail Address
-
jmstorm@cybercom.mil, rasheeh@cybercom.mil
(jmstorm@cybercom.mil, rasheeh@cybercom.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- The United States Cyber Command published Notice of Intent to Award a Sole Source Contract. The subject notice shall be posted for fifteen (15) days prior to the award of the sole source contract. However, if you believe that an intended sole source award noted below is not justified, please state your reason(s) by the Response Due Date via email to the Acquisition (CDG AQ) Capabilities Development Group. This Notice of Intent is not a request for competitive proposals. This is not a solicitation or request for offers. No solicitation package is available and telephone requests will not be honored. Only one responsible source and no other supplies or services will satisfy agency requirements. USCYBERCOM requires the purchase of an Enterprise Architecture (EA) service that certifies architects and provides EA training and consultation. The purpose of the training is to assist USCYBERCOM's Capability Development Group (CDG) with Enterprise Architecture and Systems Engineering support for CENTROPY, Military Cyber Operations Platform, Unified Platform, C-Oasis program and Tech Baseline. The architecture and systems engineering requirements for USCYBERCOM CDG programs require a flexible, scalable, and cost efficient architecture and systems engineering training program. The EA service shall include framework for enterprise architecture, training, project plans, architecture model templates, implementation models, EA models, EA reports, consulting, and client support in accordance with the Performance Work Statement. 3. Description of Action : A Firm fixed price contract is planned with a total estimated value of $430,000.00. The period of performance will include a 12-month period. FY18 Operating and Maintenance (O&M) funds are available for this period in the estimated amount of $430,000.00. 4. Authority: 41 U.S.C. 1901 and 1903, FAR 13.5 5. Reason for Exception : USCYBERCOM intends to sole source EA Services and Training to the Enterprise Center of Excellence (EACOE) provided by Pinnacle Business Group, Inc. The EACOE approach towards Department of Defense Architecture Framework (DODAF) contributes specific business and operational needs required for USCYBERCOM's mission. The EACOE training has been customized to develop USCYBERCOM processes, methodologies, techniques, and comprehensive environment for Enterprise Architects. This has allowed USCYBERCOM to conduct research and provide information critical to cyber operations. EACOE was procured in FY16 by NSA and USCYBERCOM and is a logical follow-on for architectural components needed by the command for EA framework solutions. The unique capability of EACOE assisted the government in decreasing cost to certify Enterprise Architects, enhanced architecture agility, in addition reduced solution delivery time and development cost by the increased use of enterprise models. 6. Effort to Obtain Competition: USCYBERCOM will continue to assess other vendors capable of performing the level of service provided by EACOE - Pinnacle Business Group, Inc. An assessment of alternatives will be conducted annually by reviewing the market capability of vendors who utilize DODAF and EA framework solutions that are advantageous to the USCYBERCOM mission. An intent to sole source will be posted on GSA for this requirement. 7. Market Research : Market research was conducted by reviewing small businesses on GSA Advantage, NASA SEWP, and DOD ESI. The evaluation concluded that Pinnacle Business Group still provides the best opportunity for the Government. Interested parties may identify their interests and capability to respond to this requirement within fifteen (15) calendar days of the publication of this notice. All responsible sources may submit a capability statement, proposal, or quotation, which shall be considered by the agency. Any response to this notice must show clear and convincing evidence that competition would be advantageous to the Government. Information received will be considered solely for the purpose of determining whether or not to conduct a competitive procurement. A determination by the Government not to compete this proposed contract action based upon response to this notice is solely within the discretion of the Government. No reimbursement for any cost connected with providing capability information will be provided. Please reference this Notice of Intent number on your correspondence and in the "Subject" line of your email. Questions concerning this notice shall be sent via email no later than 27 April 2018.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/5d0d615c0c6b8be4d9c04d39c70429d9)
- Place of Performance
- Address: 9800 Savage Road, Fort Meade, Maryland, 20755, United States
- Zip Code: 20755
- Zip Code: 20755
- Record
- SN04887673-W 20180414/180412230923-5d0d615c0c6b8be4d9c04d39c70429d9 (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 |