Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF OCTOBER 10, 2019 FBO #6528
SPECIAL NOTICE

R -- Defense Enterprise Office Solutions (DEOS) Engineering Support Services.

Notice Date
10/8/2019
 
Notice Type
Special Notice
 
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
622000001
 
Archive Date
11/23/2019
 
Point of Contact
Vivianna Diaz,
 
E-Mail Address
vivianna.m.diaz.civ@mail.mil
(vivianna.m.diaz.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
The Defense Information Systems Agency (DISA), Fort Meade, Maryland, intends to negotiate a sole source contract with Booze Allen Hamilton Inc. (BAH), 8283 Greensboro Dr., McLean, VA 22102, for Information Technology (IT) support and continued engineering/technical support services to the Defense Enterprise Office Solutions (DEOS) Engineering Support Services. Support encompasses the entirety of the Department of Defense (DoD) user base, across both Non-Classified Internet Protocol Router Network (NIPRNET) and Secret Internet Protocol Router Network (SIPRNET), including all Combatant Commands, Services and Agencies (CC/S/As), with nearly 4 million projected users. This requirement is for continuation of services to ensure a smooth transition of the DEOS program from the Acquisitions phase to the Execution phase, as well as specialized programmatic and engineering support to the implementation and migration phases as DEOS is adopted DoD-wide. This requirement is for continued engineering/technical support services with technical expertise in both traditional IT infrastructure and Cloud Computing. Support includes planning, design, development, integration, testing, migration, modification and documentation. Access to both the NIPRNet and the SIPRNet are required to facilitate proper design, configuration and deployments. The contractor shall also continue to provide programmatic services/support with technical writing, business planning and process analysis. The contractor shall provide the DEOS PMO with experienced personnel who are knowledgeable in: • Unified Communications (UC), to include enterprise UC supporting cloud computing • Identity, Credential and Access Management (ICAM) • DODIN architecture (to include access points such as CAP, IAP, NFG, MPGW) • Service management and operations • Implementation and migration planning and execution • Test strategy development and test planning oversight as well as test execution support • Development of DODAF artifacts and associated whitepapers supporting all phases of program acquisition and execution • Network engineering architecture supporting complex IP routing solutions • Voice and video integration with existing and future architectures • Content and Knowledge management expertise with specialization in enterprise level architectures • Records management implementation and sustainment support for DEOS native and third party applications • Collaboration services supporting IM (Instant Messaging), Chat, Presence, Email, Calendar Sharing as well as support for a dedicated collaboration environment • Productivity suite, including web based access as well as thick client installations to include mobile devices encompassing tiered levels of capabilities and support This is not a request for competitive proposals. Requests for copies of this contract action will not be honored unless the respondent provides evidence showing their capability to perform the required services. The proposed contract action, under the authority of FAR 8.405-6(a)(1)(i)(C), is for supplies or services for which the Government intends to solicit and negotiate with only one source pursuant to the interest of economies and efficiencies, the new work is a logical follow-on to an original Federal Supply Schedule. The original order was not previously issued under sole-source or limited-sources procedures. A determination by the Government not to compete this proposed contract action is supported by an approved Limited Source Justification and Approval (J&A). A justification and approval for sole source by the Government will be posted and made available no later than 14 days after award.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DISA/D4AD/DTN/622000001/listing.html)
 
Place of Performance
Address: Defense Information Systems Agency, 6910 Cooper Avenue, Fort Meade, Maryland, 20755, United States
Zip Code: 20755
 
Record
SN05470624-W 20191010/191008230540-443afa106dff1bd721b08be50f30c63d (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  © 1994-2020, Loren Data Corp.