Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 15, 2018 FBO #5987
SOLICITATION NOTICE

99 -- ServiceNow Software and Implementation Services - Package #1

Notice Date
4/13/2018
 
Notice Type
Presolicitation
 
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
HB001-18-R-0002
 
Archive Date
5/12/2018
 
Point of Contact
Robert Sheehan, Phone: 4108543914
 
E-Mail Address
rasheeh@cybercom.mil
(rasheeh@cybercom.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
J6_forms USCC Non-Disclosure Agreement SSO Toolkit SOW SSO Toolkit CONOPS SSO Automation Automation Vision ServiceNow SOW General Provisions Resume Template Past Performance Template HR Toolkit SOW HR Toolkit Process Flows Final HR Toolkit Conops Task Management dd254 SNOW Asset_Config_Management_SOW.pdf US_Cyber_Command_Pre_Screen_Notice_20180308.pdf SIP_050515_eform.pdf SF312.pdf SCI_Reporting_Memo.pdf SCI_Pre_Screen_Questionaire_DEC_2017.pdf SCI_Pre_Screen_Questionaire_DEC_2017.pdf SCI_ATTESTATION.pdf Religious_Mission_Trip_February_2015.pdf Language_Immersion_Trip_February_2015.pdf FORM_4414_Rev_12-2013_fillable_(Savable) Foreign_Travel_Questionnaire dd2875_(blank) CS_050515_eform ACS_050515_eform 10-SIP_Instructions Draft Request for Proposal Industry Feedback ServiceNow Software and Implementation Services United States Cyber Command (USCYBERCOM) is planning to release a Request for Proposal (RFP) for ServiceNow Software and Implementation Services later in 2018. USCYBERCOM is seeking to provide industry an opportunity to provide USCYBERCOM feedback on the technical requirements throughout the documents. This early introduction of our anticipated solicitation, in advance of the final solicitation, should serve to enhance industry's understanding of USCYBERCOM 's stated need, while reducing ambiguity, and affording industry an opportunity to offer comments or pose questions regarding any element of this Draft RFP package. •1. Disclaimer This is a DRAFT RFP and is not to be construed as a commitment by the Government to issue a solicitation or ultimately award a contract. Responses will neither be considered as proposals nor will any award be made as a result of this draft RFP. All information contained in the draft RFP is preliminary as well as subject to modification and is in no way binding on the Government. Federal Acquisition Regulation (FAR) clause 52.215-3, "Request for Information or Solicitation for Planning Purposes", is incorporated by reference in this draft RFP. The Government does not intend to pay for information received in response to this draft RFP. Respondents to this invitation are solely responsible for all expenses associated with responding to this draft RFP. This draft RFP will be the basis for collecting information on available capabilities and is issued solely for information and planning purposes. Proprietary information and trade secrets, if any, shall be clearly marked on all materials provided in response to this draft RFP. 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. In accordance with FAR 15.201(e), responses to this draft RFP are not offers and cannot be accepted by the Government to form a binding contract •2. Industry Respondents: This draft RFP is requesting responses from Gold Service ServiceNow implementation vendors, who are United States owned companies and have a GSA schedule. USCYBERCOM is seeking information on Industry's ability to acquire, integrate, test and deliver operational capabilities described within each of the different Concept of Operations documents attached. Each company must be a Gold Service provider for Service Now. •3. Contract Overview USCYBERCOM is planning to issue a single GSA Blanket Purchase Agreement (BPA) contract. The BPA will cover obtaining ServiceNow software and professional consulting services to assist with the implementation of the ServiceNow software. The ordering period is anticipated to be for five (5) years. Under the BPA, USCYBERCOM is planning to issue multiple types of tasks. The anticipated services structure is noted below: PROPOSED TASKING Description •1. Asset Management ITIL Process •2. Configuration Management ITIL Process •3. Incident Management ITIL Process •4. Problem Management ITIL Process •5. Change Management ITIL Process •6. Knowledge Management ITIL Process •7. Release Management ITIL Process •8. Requirements Management ITIL Process •9. Service Desk ITIL Process •10. Service Catalogue ITIL Process •11. Service Level Management ITIL Process •12. HR/SSO Toolkit Custom Workflow based applications based upon ServiceNow capabilities •13. Mission Support Custom Workflow based applications based upon ServiceNow capabilities •14. HQ OPS Support Custom Workflow based applications based upon ServiceNow capabilities •15. Operations & Maintenance Post Production Support •16. Surge Support Option to obtain additional ServiceNow expertise to support unforeseen needs •4. Contract Award USCBYERCOM is planning to award a single vendor a contract to provide the ServiceNow products and implementation services to a certified Service Now Gold Service company. Pricing to be based on discounts of both software and services of GSA schedule incorporated into Section B of the BPA. •5. Questions Questions or comments pertaining to the ServiceNow Draft RFP shall be submitted via the attached Comment Resolution Matrix (CRM), which includes detailed instructions and format for submission. Questions regarding this announcement shall be submitted in writing by email to proposal_submission@cybercom.mil and subject line shall be clearly marked " Response to ServiceNow DRAFT RFP ". Verbal questions will not be accepted. Answers to questions will be posted to FedBizOpps. The Government does not guarantee that questions received after April 20, 2018 will be answered. The Government will not reimburse companies for any costs associated with the submissions of their draft RFP responses. •6. Response Due Date Companies that wish to respond to this draft RFP should send responses, clearly marked " Response to ServiceNow DRAFT RFP" via email "time stamped" no later than April 27, 2018, 1:00PM Eastern Time to: proposal_submission@cybercom.mil. In the subject line of the email please label in the following format: "SNOW_Draft_RFP Responses_Company Name". The file name for any files submitted shall be "SNOW_Draft_RFP Responses_Company Name". •7. Attachments The following is the list of attachments: # Task Area File Name 1 General ServiceNow SOW General Provisions v1 2 General dd254 SNOW 3 General Past Performance Template 4 General Resume Template 5 General USCC Non-Disclosure Agreement 6 HR ToolKit HR Toolkit Conops Task Management Final 7 HR ToolKit HR Toolkit Process Flows Final 8 HR ToolKit HR Toolkit SOW 9 ITSM Asset Config Management SOW 10 SSO ToolKit SSO Automation Automation Vision 11 SSO ToolKit SSO Task Management CONOPS 12 SSO ToolKit SSO Toolkit SOW 13 SSO Form 10-SIP Instructions 14 SSO Form ACS_050515_eform 15 SSO Form CS_050515_eform 16 SSO Form dd2875 (blank) 17 SSO Form Foreign Travel Questionnaire 18 SSO Form FORM 4414_Rev_12-2013_fillable (Savable) 19 SSO Form J6 Forms 20 SSO Form Language Immersion Trip_February 2015 21 SSO Form Questionaire Response Attachment 20180119 22 SSO Form Religious Mission Trip_February 2015 23 SSO Form SCI ATTESTATION 24 SSO Form SCI Pre Screen Questionaire DEC 2017 25 SSO Form SCI Reporting Memo 26 SSO Form SF312 27 SSO Form SIP_050515_eform 28 SSO Form US Cyber Command Pre Screen Notice 20180308
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/ab0693acbc615773976756cf093711c4)
 
Place of Performance
Address: 9800 Savage Road, Fort Meade, Maryland, 20755, United States
Zip Code: 20755
 
Record
SN04888917-W 20180415/180413230701-ab0693acbc615773976756cf093711c4 (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.