Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF SEPTEMBER 15, 2021 SAM #7228
SPECIAL NOTICE

70 -- ARC-Nlets Extended Warranty and Maintenance Support Services

Notice Date
9/13/2021 9:12:49 AM
 
Notice Type
Special Notice
 
NAICS
511210 — Software Publishers
 
Contracting Office
DEFENSE CI AND SECURITY AGENCY QUANTICO VA 22134 USA
 
ZIP Code
22134
 
Solicitation Number
21-ITC-NOI-ARCNlets
 
Response Due
9/20/2021 9:00:00 AM
 
Archive Date
10/05/2021
 
Point of Contact
Kelsie Kautz, Lynda Horton, Phone: 4108639972
 
E-Mail Address
kelsie.kautz.civ@mail.mil, Lynda.m.horton.civ@mail.mil
(kelsie.kautz.civ@mail.mil, Lynda.m.horton.civ@mail.mil)
 
Description
The United States Department of Defense (DoD), Defense Counterintelligence and Security Agency (DCSA), Acquisition and Contracting (AQ) Office proposes to enter into a contract on a basis of other than full and open competition on behalf of the Background Investigation Enterprise Systems (BIES) Program Executive Officer (PEO). The statutory authority permitting limiting of sources is Federal Acquisition Regulation (FAR) Subpart FAR 8.405-6(a)(1)(i)(B) - Only one source is capable of providing the supplies or services required at the level of quality required because the supplies or services are unique or highly specialized. Contracting Activity: DCSA AQ, 27130 Telegraph Road, Quantico, VA 22134 Requesting Activity: BIES PEO, 27130 Telegraph Road, Quantico, VA 22134 The National Background Investigations Bureau (NBIB) environment was previously supported by Office of Personnel Management (OPM). Executive Order (EO) 13869 effectuated the transfer and transition of OPM background investigation resources to Defense Counterintelligence and Security Agency (DCSA). As a result of separating from the OPM computing environment, DCSA must now maintain the transferred licenses, software, and applications to be utilized in the Background Investigation Enterprise System (BIES) environment. DCSA uses a suite of business applications that have different platforms and frameworks that allows for external federal employees and contractors, as well as DCSA staff and contractors, to manage the entire life cycle of investigative services. Currently, DCSA�s investigative system, ARC-Nlets, interfaces with the International Justice and Public Safety Network (Nlets). As part of DCSA�s use of the ARC-Nlets system, Omnixx (Datamaxx Applied Technologies, Inc. is the manufacturer) software, licenses, and interfaces are required to ensure that the ARC-Nlets system continues to meet emerging investigative functional requirements, interoperates with all of the support State�s Nlets formats, and supports all of the necessary DCSA�system requirements. Extended warranty and annual maintenance of Omnixx licenses, software, and custom interfaces are required to ensure the system, software, and licenses are continuously up to date. These products support the processing of statewide law checks done as part of the background investigation process. Maintenance and support is also necessary to maintain proper usage of DCSA Data Center�s installation, usage, and configuration of the software. Datamaxx provides technical support, Omnixx software updates, maintenance and patches to DCSA for installation; Criminal Justice Information Services (CJIS) Technical and Operational Units (TOU) Management; CJIS Security Audit Assistance; and also assists with Omnixx User Management. This procurement action is for an extended warranty and maintenance support on existing production, test, and development Omnixx software licenses and software. This particular Datamaxx product is essential to the Government�s requirements and market research indicates other companies� similar products, do not meet, or cannot be modified to meet the agency�s needs. As the existing licenses, software, and applications in use by DCSA are proprietary to Datamaxx, they are the only capable vendor for providing the required items. ARC-Nlets is a high priority, high profile system which handles highly sensitive information and enables the federal community to manage the processing of background investigation information efficiently and effectively, while simultaneously ensuring correct results. The ARC-Nlets system enables the DCSA investigative systems to interface with Nlets. The ARC-Nlets extended warranty and maintenance support services for all existing Omnixx software licenses and system interfaces is a major component of the DCSA system processes, specifically the background investigation programs. Being that Datamaxx is the sole source capable of providing the extended warranty and maintenance support services necessary to satisfy the program requirements, if award were not made to Datamaxx the background investigation program and associated DCSA mission areas, including the ARC-Nlets system, would be adversely affected, potentially rendering a halt to the investigative process and overall mission of DCSA. Period of Performance: One-12 month base year plus four-12 month option periods. (October 1, 2021-September 30, 2026). The North American Industry Classification System (NAICS) code for this acquisition is 511210, and the size standard is $41.5 million. No solicitation package will be issued. This notice of intent is not a request for competitive quotations; however, all responsible sources interested may identify their interest and capability to respond to this requirement. The Government will consider responses received by 12:00 p.m. Eastern on September 20, 2021. Inquiries will only be accepted via email to Kelsie.Kautz.civ@mail.mil and Lynda.m.horton.civ@mail.mil. No telephone requests will be honored. A determination by the Government not to compete the proposed acquisition based upon responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement in the future. Each response should include the following business Information: a. Contractor Name, Address, b. Point of Contact Name, Phone Number, and Email address c. Contractor DUNS d. Contractor Business Classification (i.e., small business, 8(a), woman owned, hubZone, veteran owned, etc.) as validated in System for Award Management (SAM). All offerors must register in the SAM located at http://www.sam.gov e. Capability Statement
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/66aed656b3a045b1a3ba1a691c6f2931/view)
 
Place of Performance
Address: Quantico, VA 22134, USA
Zip Code: 22134
Country: USA
 
Record
SN06130373-F 20210915/210913230122 (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 |
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.