Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 26, 2018 FBO #6120
SOLICITATION NOTICE

D -- Performance Work Statement (PWS) Information Technology (IT) Support Services and Defensive Cyberspace Operations for the Regional-Cyber Center - Pacific (RCC-P) - Package #1 - RCC-P Draft PWS

Notice Date
8/24/2018
 
Notice Type
Presolicitation
 
NAICS
541513 — Computer Facilities Management Services
 
Contracting Office
Department of the Army, Army Contracting Command, ACC - APG (W9124A) Fort Huachuca, 2133 Cushing Street, Building 61801, Fort Huachuca, Arizona, 85613-1190, United States
 
ZIP Code
85613-1190
 
Solicitation Number
W91RUS18RDC64
 
Archive Date
9/29/2018
 
Point of Contact
Wendy S. Alameda-Clark, Phone: (520)538-8890, Elizabeth C Woodson, Phone: (520)538-6364
 
E-Mail Address
wendy.s.alameda-clark.civ@mail.mil, elizabeth.c.woodson.civ@mail.mil
(wendy.s.alameda-clark.civ@mail.mil, elizabeth.c.woodson.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
Draft Performance Work Statement (PWS) Information Technology (IT) Support Services and Defensive Cyberspace Operations for the Regional Cyber Center - Pacific DD254 Cont SCI Addendum DD 254 SOURCES SOUGHT TECHNICAL DESCRIPTION FOR SERVICES INTRODUCTION ACC-APG, Huachuca Division is conducting market research to identify the availability of potential sources to manage the services called for in the attached PWS. This is NOT a solicitation or request for proposal. Prospective contractors shall be registered in the System for Award Management (SAM) prior to award of a contract. Contractors are encouraged to obtain further information on SAM registration at the following website: https://www.sam.gov/portal/public/SAM. The purpose of this synopsis is a means of conducting market research to gain knowledge of interest, capabilities, socio-economic information, and qualifications of members of the business community who can support the Regional Cyber Center - Pacific's (RCC-P) mission. The RCC-P is responsible to the U.S. Army Pacific (USARPAC) G6 and 311th Signal Command (Theater) (311th SC(T)) for the defense and security of Army networks operating on U.S. Army installations in the Pacific and in supported tactical environments within the Pacific Command area of operations. The intent of this PWS is to obtain contract support for the designated Department of Defense Information Network (DoDIN) Operations Information Technology (IT) services, Defense Cyberspace Operations-Internal Defensive Measures (DCO-IDM) mission as outlined in Section 4. The RCC-P is under the administrative control (ADCON) of NETCOM and under the operational control (OPCON) of Army Cyber Command (ARCYBER). The RCC-P coordinates directly with counterparts at US Pacific Command, other service component commands, Headquarters U.S. Army-Pacific (USARPAC), and other major commands DISCLAIMER "THIS SOURCES SOUGHT IS FOR INFORMATIONAL PURPOSES ONLY. THIS IS NOT A "REQUEST FOR PROPOSAL (RFP)". This request does not constitute a solicitation. NO CONTRACT WILL BE AWARDED FROM THIS SOURCES SOUGHT SYNOPSIS. The purpose of this synopsis is to gain knowledge of interest, capabilities, and qualifications of contractors who can support this requirement. Responses to this sources sought synopsis will be used by the Government to make appropriate determinations about potential sources. No funds are available to pay for preparation of responses to this announcement. This request shall not be construed as a commitment by the government. No reimbursement will be made for any costs associated with providing information in response to this notice. NOTE: The Government is under no obligation to award a contract as a result of this announcement. All information submitted by respondents to this Sources Sought Request is strictly voluntary. The Government will use responses to make appropriate acquisition decisions. This is a market survey for information only. Not responding to this notice does not preclude participation in any future Request for Proposal (RFP), if any is issued. If a solicitation is released, it will be synopsized on the Government-Wide Point of Entry (GPE). It is the responsibility of potential offerors to monitor the GPE for additional information pertaining to this requirement." PROGRAM BACKGROUND - The RCC-P is responsible to the USARPAC G6 and 311th Signal Command (Theater) (311th SC(T)) for the defense and security of Army networks operating on U.S. Army installations in the Pacific and in supported tactical environments within the Pacific Command area of operations. The RCC-P mission is to plan, coordinate, integrate, synchronize, direct, and conduct the Department of Defense Information Networks Operations (DoDIN Ops) and Defense Cyber Operations-Internal Defense Measures (DCO-IDM) portions of Cyberspace Operations on all Army networks within the Pacific Area of Responsibility (AOR). REQUIRED CAPABILITIES: The Contractor shall provide Non-Personal IT support services to the RCC-P. This requirement has expanded Network services to include Cyber Perimeter Network Defense Service, Virtual Private Network (VPN) Environment and Data Center Infrastructure Service and has added DCO-IDM - Cyber Incident Handling, DCO infrastructure support and Network/system penetration testing. Additional ARCYBER prescribed areas to be incorporated into this new contract include Threat and Data Analytics, expanded Theater Security Cooperation Program support, CEMA Support and cyber defense of tactical units and task critical assets (TCAs). The requirement continues to include COOP, Enterprise Active Directory and its associated peripherals (System Center Configuration Manager (SCCM), Storage Array Networks (SAN), Virtual Management (VM) and Host Base Security Systems (HBSS)) however, the this requirement expands Network services to include Cyber Perimeter Network Defense Service, Virtual Private Network (VPN) Environment and Data Center Infrastructure Service. Refer to attached Performance Work Statement (PWS) "Information Technology (IT) Support Services and Defensive CYBERSPACE Operations. If your organization has the potential to perform these contract services, outlined in the PWS, please provide a Capability Statement and all applicable information requested below. a. Organization name, address, email address, Web site address, telephone number, and size and type of ownership for the organization b. Tailor capability statement to address the particulars of this effort, with appropriate documentation supporting claims of organizational and staff capability. Your capability statement should address relevant past performance history and the following: • Provide a brief description of recent services provided for the same or similar services defined in the draft Performance Work Statement (recent services, meaning services that are currently ongoing, or occurred, or were completed within the last three years). • Can or has your company managed services of this nature? If so, please provided details. • Provide potential risks to technical, schedule and cost elements of the draft PWS. • Identify PWS requirements that may impact cost. • Identify specific experience in administrative, professional, scientific, and technical positions in a service environment to meet performance specifications similar to those identified in the draft PWS. • Identify special capabilities that will enhance the company's ability to meet the Government's requirements. • Provide relevant samples of a quality control (QC) system to accomplish QC efforts that support the draft PWS requirements. • Can or has your company managed a team of subcontractors before? If, so, provide details. • Provide a statement including current small/large business status and company profile to include number of employees, annual revenue history, office locations, DUNs number, etc. Please note that under a Small-Business Set-Aside, in accordance with FAR 52.219-14, the small business prime must perform at least 50% of the work themselves in terms of the cost of performance. Provide an explanation of your company's ability to perform at least 50% of the tasking described for the base period as well as the option periods. • Respondents to this notice also must indicate whether they qualify as a Small, Small Disadvantaged, Women-Owned, HUBZone, or Service Disabled Veteran-Owned Small Business Concern. • Responding companies should demonstrate the willingness and capability to provide the services identified in this Sources Sought to help the Government determine prospective contractors. If significant subcontracting or teaming is anticipated in order to deliver technical capability, organizations should address the administrative and management structure of such arrangements. The Government will evaluate market information to ascertain potential market capacity to: a. provide services consistent, in scope and scale, with those described in this notice and otherwise anticipated b. secure and apply the full range of corporate financial, human capital, and technical resources required to successfully perform similar requirements; c. implement a successful project management plan that includes: compliance with tight program schedules; cost containment; meeting and tracking performance; hiring and retention of key personnel and risk mitigation; d. provide services under a performance based service acquisition contract. SPECIAL REQUIREMENTS: Contractor personnel shall met the minimum technical certification requirements as described in Appendix 4, of the PWS, and shall be required at the start of this contract.. ANTICIPATED NORTH AMERICAN INDUSTRY CLASSIFICATION SYSTEM NAICS CODE. The Government is seeking information related to the suitability of NAICS code. The anticipated procurement NAICS Code is 541513; Computer Facilities Management Services, with a size standard of $27.5. This U.S. industry comprises establishments primarily engaged in providing on-site management and operation of clients' computer systems and/or data processing facilities. Establishments providing computer systems or data processing facilities support services are included in this industry. The current contracts procurement NAICS Code is 541512; Computer Systems Design Services, with a size standard of $25.0. This U.S. industry comprises establishments primarily engaged in planning and designing computer systems that integrate computer hardware, software, and communication technologies. The hardware and software components of the system may be provided by this establishment or company as part of integrated services or may be provided by third parties or vendors. These establishments often install the system and train and support users of the system. The Government anticipates that this effort will be structured with a base year to include a Phase-In period of thirty (30) days with four one-year option periods. The anticipated contract type is a single award Contract with Firm-Fixed-Fee Labor and "Other Than Direct" - "ODCs" - "COST" Contract Line Item Numbers (CLINs) and corresponding Subline Item Numbers (SLINs). Business of all sizes are encouraged to respond; however, each respondent must clearly identify their business size in their capability statement. ADDITIONAL INFORMATION AND SUBMISSION DETAILS (CAPABILITIES STATEMENT) The Government requests that the following information be provided in addition to your Capability Statement and Qualification Statement. Please include the advantages and disadvantages of each item as well as any impact to proposed cost/price of technical solution if applicable. 1. Please provide specific information on why the NAICS code should change to 541513, or why it should remain 541512 as it relates to the requirement itself. If you believe the NAICS code should be different than the anticipated code for this procurement; provide your recommended NAICS code along with a justification as to why you believe this to be the most appropriate. 2. Information on small business capability to perform the requirement under the NAICS code 541513. Companies who respond should clearly identify whether they are eligible as a small business under the new NAICS code 541513, and provide a capability brief if one hasn't already been provided. 3. Information related to the subcontracting possibilities and what percentage of work in terms of dollars or FTEs should be reserved for Small Business in the event that the acquisition strategy should change from a small business set-aside to unrestricted. 4. Comments on the appropriateness of the anticipated contract type. i.e. single award versus multiple award ID/IQ 3. Comments on the appropriateness of the anticipated Firm Fixed Price Labor with Cost ODC's. 4. Comments on the appropriateness of the anticipated contract length of five (5) year - One (1) Base Year with thirty (30) days phase-in period and Four (4) one year Option periods. 5. Given the fact that this requirement could span multiple OCONUS locations, how would your company manage its subcontractors, both large and/or small? 6. Is there any type OCONUS special support your company would need to provide to subcontractors who are small businesses? 7. How would subcontracting opportunities for small businesses be determined? By function? By location? Other? 8. Would your company recommend any type of subcontracting incentives IAW FAR 19.708(c), Incentive Subcontracting Program? If so, what type? 9. Would having socio-economic subcategory goals e.g. SDB, WOSB, EDWOSB, VOSB, SDVOSB, HUB Zone, etc. be feasible? Why or why not? 10. Would your company recommend that the extent of participation by small business concerns (DFARS 215.304) be evaluated as a separate Small Business Participation evaluation factor, as a sub-factor under the technical factor, or within the evaluation of one of the technical sub-factors? Why? 11. Would your company recommend that the option for rating be a table of adjectival ratings or acceptable and unacceptable? Why? 12. Please provide any comments on the PWS as a separate document. This information will not be included in the page count. 13. Please provide any comments on DD 254 as a separate document. This information will not be included in the page count. Interested parties who believe they have the capability of providing the required services as defined in the draft PWS are invited to submit a Capability Statement and Qualification Statement, including the above information. Your response to this request for information shall not exceed (15) fifteen pages total. The response shall consist of no more than five (5) pages for Capability Statement and no more than ten (10) pages for Qualification Statements. Responses shall be submitted in MS Word format, single-spaced, Times New Roman, 12 point font; 10 point font for graphics; margins shall be no less than one-inch. All data received in response to this Sources Sought Technical Description for Services that is marked or designated as corporate or proprietary will be fully protected from any release outside the Government. All questions on the PWS and DD Form 254 must be submitted to the Contract Specialist identified below in writing. No phone calls will be accepted. The Government will post responses to Industries questions on the PWS, and DD Form 254 on Government-Wide Point of Entry (GPE). Individual responses will not be provided and no phone calls will be accepted. Comments received on the appropriateness of the anticipated NAICS code, anticipated contract type, CLIN structure - Firm Fixed Price "Labor -"CLIN" and "COST" ODC's", and the appropriateness of anticipated contract length will not be posted. Please send information via e-mail to Ms.Wendy S. Alameda-Clark at wendy.s.alameda-clark.civ@mail.mil and Contracting Officer, Ms. Elizabeth (Chrissy) Woodson at elizabeth.c.woodson.civ@mail.mil by 14 September 2018; 1000 hours Mountain Standard (MST) time. Contracting Office Address: ACC-APG, Huachuca Division, Bldg 61801, Room 2637, Fort Huachuca, Az 85613-7070 Additional Info: We reiterate, this announcement is not a request for proposals nor is the technical capability statement to be a proposal. No reimbursement will be made for any costs associated with providing information in response to this synopsis or any follow-up information requests. Note: Only the stated reference material listed within this synopsis will be made available to industry at this time.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/289c83f12fe9f9efddf428af7997b282)
 
Record
SN05054849-W 20180826/180824231125-289c83f12fe9f9efddf428af7997b282 (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.