Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF NOVEMBER 02, 2019 FBO #6551
SOURCES SOUGHT

D -- Integrated Tracking and Digital Mail Modernization (ITS/DMM) - Sources Sought

Notice Date
10/31/2019
 
Notice Type
Sources Sought
 
NAICS
541511 — Custom Computer Programming Services
 
Contracting Office
Defense Information Systems Agency, Procurement Directorate, DITCO-Scott, 2300 East Dr., Building 3600, Scott AFB, Illinois, 62225-5406, United States
 
ZIP Code
62225-5406
 
Solicitation Number
831915593
 
Archive Date
11/21/2019
 
Point of Contact
Ellen T. Crain, Phone: 6182299679
 
E-Mail Address
ellen.t.crain.civ@mail.mil
(ellen.t.crain.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
Source Sought Announcement SOURCES SOUGHT ANNOUNCEMENT 831915593 The Defense Information Systems Agency ( DISA) is seeking sources for Integrated Tracking and Digital Mail Modernization (ITS/DMM) CONTRACTING OFFICE ADDRESS: DISA Defense Information Contracting Organization (PL8331) 2300 East Drive Scott AFB, IL 62225-5406 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 Businesses) to provide the required products and/or services. DISA intends to issue a sole source award to Bear River Associates, Inc for maintenance and support services for ITS/DMM. This effort not only includes maintenance and support services for ITS/DMM, but also includes proprietary software components that are required to support this effort. There are two types of software that support this effort, Bear Tracks software for ITS and WebDOX Enterprise Software for DMM. Both Bear Tracks and WebDOX software were developed by Bear River Associates, Inc. ITS (FY 2003) and DMM (FY2010), and Bear River Associates, Inc. currently owns the licensing for this software. The ITS/DMM Bear Tracks software provides automated documentation and accountability tracking for the Washington Headquarters Services internal correspondence daily processing. In addition, Bear River Associates, Inc. has been the sole contract provider for maintenance, service, and support of the ITS and its components since 2003. This software is the most permanent form of the program that is specifically designed to facilitate the work and its functions of the program. The period of performance is for a 12-month base period with four 12-month option periods. 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 : Contract Number: HC1028-17-C-0014 Contract Type: Firm Fixed Price Incumbent and their size: Bear River Associates, Small Business Method of previous acquisition: Sole Source Period of performance: July 11, 2019 - January 10, 2020 This contract provided JSP with critical support and maintenance of the ITS/DMM system to include maintenance/upgrades to Bear River's proprietary software. Bear River Associates, Inc. has been the sole contract provider for maintenance, service, and support of the ITS and its components since 2003. The place of performance was at Government facilities on the Pentagon Reservation and/or 7010 Defense Pentagon, Washington, DC 20301 or 4800 Mark Center Drive, Alexandria, VA 22311. REQUIRED CAPABILITIES: This follow-on effort will provide JSP with critical continued support and maintenance of the ITS/DMM system. Continued support requires immediate knowledge and specialized capability to execute because of the unique operating environment. This acquisition will result in a firm fixed price award to Bear River Associates, Inc. The ITS system is required to track vehicles, people, and material coming into the Pentagon reservation. The vehicle and people tracking aspect of ITS are unique to the Dockmaster and Pentagon Force Protection Agency. DMM provides mail support to the Secretary of Defense and Deputy Secretary of Defense along with other top-level executives and the entire Pentagon population. The system is needed to support delivery, enhance mail security, and reduce unwanted junk mail. DMM is required to enable digital routing and management of inbound mail and integrate with ITS. The contractor shall provide on-site and off-site maintenance support for the ITS/DMM system, which includes: •· Customer service support, including software troubleshooting, data analysis, data setup, technical assistance, and data management. •· Technology consultation. •· Testing and installing regular updates to ITS/DMM software (BearTracks and WebDOX) •· Support and monitoring of ITS/DMM systems, operational, and functional readiness •· System enhancements The contractor shall be responsible for hardware and software maintenance support for ITS/DMM integrated family of systems currently deployed in Office of Secretary of Defense (OSD) network. Services that include on-site and off-site support for system users. Additionally, the contractor shall be responsible for developing a strategy for and executing the aforementioned effort. JSP intends that any resulting contract from this sources sought notice would leverage a phased support structure to adequately capture and fund this effort in accordance with need. SPECIAL REQUIREMENTS: Work performed under this contract/order is up to the Secret level and will require access eligibility for some personnel. Therefore, the contractor must have a Secret Facility Clearance from the Defense Security Service Facility Clearance Branch. The ITS/DMM system requires hardware/software updates in order to maximize the efficiency of the system. The Government is requesting software enhancements to components of the ITS/DMM system, which will improve system and user efficiency. There are six objectives for successful completion of this requirement •• Upgrade Bear Tracks system to include Special Events Handling Module •• Complete ITS data and system enhancements •• Complete Bear Tracks data and system enhancements •• Complete DMM enhancements •• Complete additional minor enhancements as requested by the Government •• The overall end state is ITS/DMM system enhancements that are fully functional in the production environment. SOURCES SOUGHT: The anticipated North American Industry Classification System Code (NAICS) for this requirement is 541511, with the corresponding size standard of $30M, respectively. 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, 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 Sub-contracting clause (Federal Acquisition Regulation 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) Your contract vehicles that would be available to the Government for the procurement of the product and/or service, to include ENCORE III, SETI, General Service Administration (GSA): OASIS, ALLIANT, VETS, STARS II, NIH, NASA SEWP, Federal Supply Schedules (FSS) (including applicable SIN(s)), 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.) Contractors who wish to respond to this should send responses via email no later than 2:00 p.m. CST on November 6, 2019 to Ellen T. Crain.civ@mail.mil. Interested businesses should submit a brief capabilities statement package (no more than five 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 personnel reviewing submitted 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/DITCO/831915593/listing.html)
 
Place of Performance
Address: The place of performance was at Government facilities on the Pentagon Reservation and/or 7010 Defense Pentagon, Washington, DC 20301 or 4800 Mark Center Drive, Alexandria, VA 22311., Washington, District of Columbia, 20301, United States
Zip Code: 20301
 
Record
SN05487267-W 20191102/191031230719-183961de60640cd3361a28b7e9c40f3c (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.