SOURCES SOUGHT
99 -- Sources Sought for DoD OIG Office of Chief Information Officer (OCIO) Organization Assessment
- Notice Date
- 8/7/2020 12:44:13 PM
- Notice Type
- Sources Sought
- NAICS
- 541512
— Computer Systems Design Services
- Contracting Office
- INSPECTOR GENERAL DOD ALEXANDRIA VA 223501500 USA
- ZIP Code
- 223501500
- Solicitation Number
- HF1026-20-RFI-0001
- Response Due
- 8/21/2020 1:00:00 PM
- Archive Date
- 09/05/2020
- Point of Contact
- Nicholas Wiggins
- E-Mail Address
-
nicholas.wiggins@dodig.mil
(nicholas.wiggins@dodig.mil)
- Description
- SOURCES SOUGHT ANNOUNCEMENT HF1026-20-RFI-0001 The Department of Defense (DoD) Office of Inspector General (OIG) is seeking sources to acquire an information technology (IT) organization assessment for the Department of Defense (DoD) Office of Inspector General (OIG).� INTRODUCTION: This is a SOURCES SOUGHT ANNOUNCEMENT to determine the availability and technical capability of small businesses and large business (including the following subsets, Small Disadvantaged Businesses,� Certified 8(a), Service-Disabled Veteran-Owned Small Businesses, HUBZone Small Businesses and Woman Owned Small Businesses) to provide the required products and/or services. The DoD OIG is seeking information for potential sources to conduct a comprehensive assessment of the OCIO�s roles and responsibilities, organizational structure, government / contractor staffing, business activities, and supporting processes.� This assessment should define the �as is� environment and make recommendations for organizational improvement based on existing requirements and information gathered through research, previous OCIO assessments, and interviews with DoD OIG personnel.� Recommendations should focus on improving the efficiency and effectiveness of IT business operations and capabilities. � The projected timeframe for this effort is a 6-month base period..� The anticipated date of award for this effort is February 1, 2021.� The primary place of performance will be Alexandria, Virginia. DISCLAIMER: THIS SOURCES SOUGHT ANNOUNCEMENT 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 SOURCES SOUGHT ANNOUNCEMENT IS STRICTLY VOLUNTARY. CONTRACT/PROGRAM BACKGROUND: New Requirement Anticipated period of performance:� February 15, 2021 through August 15, 2021� REQUIRED CAPABILITIES: The DoD OIG requires an organizational assessment report with an optimal organizational structure with well-defined roles and responsibilities, staffing levels and qualifications, and operating processes to enable the OCIO to provide the best service and support to the DoD OIG. Recommend an optimal organizational model (structure, staffing, and duties) that aligns with DoD OIG IT requirements and expected levels of performance.� The recommendation should be informed by research and information from other Federal Government organizations with similar missions, IT responsibilities, and manning. Determine the required certifications and qualifications necessary for OCIO staff to meet performance expectations based on recommended organizational model and structure. Assess whether OCIO�s business processes for planning, designing, developing, configuring, testing, and maintaining infrastructure, applications, and systems, meet DoD OIG performance expectations. Evaluate the effectiveness of OCIO IT governance processes including the requirements gathering and validation process, business case analysis, Engineering Review Board, IT Council, and Technology Review Council to determine if these processes result in focusing resources on the highest priority projects and ensure timely completion. SPECIAL REQUIREMENTS: Must have Secret Facility Clearance.� Please provide your current Facility Clearance level. The contractor personnel will require access up to Secret by contract award.� SOURCES SOUGHT: The North American Industry Classification System Code (NAICS) for this requirement is 541512, with the corresponding size standard of $30 million.� To assist DoD OIG 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.� Please outline 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 Subcontracting clause (FAR 52.219-14). � SUBMISSION DETAILS: Responses should include: Business name and address; Name of company representative and their business title; Type of Small Business; CAGE Code; Your contract vehicles that would be available to the Government for the procurement of the product and/or service, to include ENCORE III, SETI, NIH, NASA SEWP, General Service Administration (GSA): OASIS, ALLIANT II, VETS, STARS II, Federal Supply Schedules (FSS) (including applicable SIN(s)), or any other Government Agency contract vehicle that allows for decentralized ordering.� (This information is for market research only and does not preclude your company from responding to this notice.) Vendors who wish to respond to this should send responses via email NLT August 21, 2020, 4:00 PM Eastern Daylight Time (EDT) to nicholas.wiggins@dodig.mil.� Interested businesses should submit a brief capabilities statement package addressing the specific questions (no more than seven pages) and demonstrating ability to perform the services listed under Required Capabilities. 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
-
SAM.gov Permalink
(https://beta.sam.gov/opp/dcb085a71ba34c48aa979f83192b1ba2/view)
- Place of Performance
- Address: Alexandria, VA 22350, USA
- Zip Code: 22350
- Country: USA
- Zip Code: 22350
- Record
- SN05750022-F 20200809/200807230145 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |