Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JANUARY 18, 2024 SAM #8087
SOURCES SOUGHT

D -- System Engineering & Technical Assistance (SETA) for the United States Army Wideband Control (WC) Program Management Office (PMO)

Notice Date
1/16/2024 12:23:28 PM
 
Notice Type
Sources Sought
 
NAICS
541512 — Computer Systems Design Services
 
Contracting Office
IT CONTRACTING DIVISION - PL83 SCOTT AFB IL 62225-5406 USA
 
ZIP Code
62225-5406
 
Solicitation Number
832368082
 
Response Due
1/24/2024 1:00:00 PM
 
Archive Date
02/08/2024
 
Point of Contact
R. DeAnn Mooney, Phone: 6184186057, Tamara Norrenberns
 
E-Mail Address
rebecca.d.mooney.civ@mail.mil, tamara.j.norrenberns.civ@mail.mil
(rebecca.d.mooney.civ@mail.mil, tamara.j.norrenberns.civ@mail.mil)
 
Description
The Defense Information Systems Agency (DISA) is seeking sources to acquire System Engineering & Technical Assistance (SETA) support services for the United States Army Wideband Control (WC) Program Management Office (PMO). CONTRACTING OFFICE ADDRESS:�DISA,�Defense Information Technology Contracting Organization,�2300 East Drive, Building 3600,�cott Air Force Base, Illinois 62225-5406 INTRODUCTION:��This is a SOURCES SOUGHT NOTICE 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, HUBZone Small Businesses and Woman-Owned Small Businesses) to provide the required products and/or services. WC PMO is responsible for the acquisition, installation, and life-cycle management of state-of-the-art strategic satellite network control and planning systems for use with the Digital Satellite Communication Systems (DSCS) and Wideband Global Satellite (WGS) satellite systems. WC PMO requires SETA support services to ensure alignment with the WC mission, vision, and policies. The strategic initiatives within the WC PMO are critical to assure the timely, accurate, and cost-effective meeting of Satellite Communications (SATCOM) program requirements, while mitigating program schedule, performance and cost risks. Without this support, critical products directly supporting the soldier and key strategic partners would be inefficiently executed at additional time and cost to the Government. The anticipated Period of Performance:� October 7, 2024 through December 6, 2029; (includes one 30-day transition-in period and one 30-day transition-out period). The anticipated Place of Performance:� WC PMO�s current mission location is at Fort Belvoir, Virginia. Alternative work sites allow for regular telework or remote work flexibility. Regardless of where work is performed, the contractor shall ensure that work is completed effectively, and that mission needs and requirements are met without degradation of services. DISCLAIMER:��THIS SOURCES SOUGHT NOTICE 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 NOTICE. NO FUNDS ARE AVAILABLE TO PAY FOR PREPARATION OF RESPONSES TO THIS NOTICE. ANY INFORMATION SUBMITTED BY RESPONDENTS IS STRICTLY VOLUNTARY. CONTRACT/PROGRAM BACKGROUND: Contract number: W15P7T17D0100 W52P1J19F0713 Contract Vehicle:� Responsive Strategic Sourcing for Services (RS3) Incumbent and their Size: MAG DS Corporation, a large business Method of previous acquisition:� Full and open competition under RS3 Period of performance: November 7, 2019 through November 6, 2024 REQUIRED CAPABILITIES: SETA support required capabilities/core competencies are provided below: Department of Defense (DoD) SATCOM Knowledge and Expertise � WC PMO provides payload control management to DoD and allies SATCOM. WC PMO also provides support for two satellite constellations; the DSCS and WGS Satellite, as well as any follow-on satellite constellations deployed by the United States Space Force. In order to maintain those capabilities, WC PMO requires experience supporting life cycle management support, cradle to grave, for DoD systems. Please provide examples of the expertise of its personnel in DoD SATCOM technologies and operations, and experience with project execution as an integrator, prime, and subcontractor. System Analysis � WC PMO relies on its ability to provide a number of systems analyses in support of its mission including systems market research, SATCOM link analyses, Wideband Satellite Communications Operational Management System (WSOMS) Network system performance analyses, SATCOM link characterization, Radio Frequency signal/spectral analysis in WGS (segmented and non-segmented) mode, and failure analysis. This effort will rapidly develop capabilities and integrate with other WSOMS Subsystems using Agile and Development Operations (DevOps) methodology. Please describe your experience with the systems analyses mentioned above in an Agile methodology and DevOps environment. Include details on the challenges you have overcome with similar initiatives. Acceptance Testing � Part of the WC PMO mission includes the delivery of software and hardware upgrades and enhancements to a variety of SATCOM systems. Those upgrades and enhancements must go through rigorous Developmental and Operational Test and Evaluations. This includes developmental and operational tasks to include validation and verification efforts that incorporates planning, developing, reviewing and participating in test processes, as well as verifying, troubleshooting and validating if the system, as designed and built. Please describe your experience with supporting software and hardware validation and verification acceptance testing in an integrated work environment. Cybersecurity Management Services � In order to meet Information Assurance (IA) stipulations, WC PMO must perform IA certification and accreditation, program protection plans, IA strategies, policy review, and the development of documentation in support of each program�s IA plan. This requires constant coordination with system developers to acquire security design and configuration, enclave boundary defense, applicable vulnerability and incident management documentation and required Risk Management Framework documentation for all WC PMO systems to maintain a compliant cybersecurity architecture. Please describe your experience working and managing DoD products within the Risk Management Framework and provide examples of any continuous monitoring performed in support of this task. Integrated Logistics Support � The contractor shall provide Integrated Product Support Management relevant to the current elements of Total Life Cycle Management (TLCM). The intimate knowledge of WC PMO WSOMS Strategic Portfolio of integrated systems is paramount. TLCM currently includes a variety of critical milestones and the following elements: design interface, product support management, sustaining engineering, supply support, maintenance planning and management, packaging, handling, storage and transportation, technical data, support equipment, training and training support, manpower and personnel, facilities and infrastructure, and computer resources. Please describe your experience providing life-cycle management and support of DoD systems. SPECIAL REQUIREMENTS: The work to be performed under this contract/order is up to the Top Secret level and will require Sensitive Compartmented Information (SCI) access eligibility for some personnel. Therefore, the company must have an interim or final Top Secret Facility Clearance from the Defense Counterintelligence and Security Agency at the time of proposal submission. Additionally, the contractor will be required to have a minimum of two (2) engineers that can hold and maintain a TOP SECRET with eligibility to access SCI data by means of briefings. Engineers will be required to analyze impacts and necessary changes to the Wideband SATCOM Operations Management Systems architecture. ** See DRAFT Performance Work Statement (PWS) for more information. SOURCES SOUGHT:��The North American Industry Classification System Code (NAICS) for this requirement is 541512 (https://www.census.gov/naics/), with the corresponding size standard of $34 million (https://www.sba.gov/document/support--table-size-standards). 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 FAR clause 52.219-14, Limitations on Subcontracting. To assist DISA in determining the level of participation by small business in any subsequent procurement that may result from this Sources Sought Notice, provide information regarding any plans to use joint ventures (JVs) or partnering. Please outline the company's areas of expertise and those of any proposed JV/partner who combined can meet the specific requirements contained in this notice. SUBMISSION DETAILS:��Responses should include: Business name and address; Name of company representative and their business title; Small Business Socio-economic status (if small); CAGE Code; Prime contract vehicles; to include ENCORE III, SETI, NIH CIO-SP4, NASA SEWP V, General Service Administration (GSA): OASIS, ALLIANT II, VETS II, STARS III, MAS (including applicable SIN(s), groups, or pools), or any other Government Agency contract vehicle that allows for decentralized ordering. (This information is for market research only and businesses with a valid cage that lack prime contract vehicles are still encouraged to respond to this notice.) Businesses who wish to respond must send a response via email no later than 3:00 PM Central Time on January 17, 2024 to R. DeAnn Mooney Contract Specialist at rebecca.d.mooney.civ@mail.mil. Interested businesses should submit a brief capabilities statement package addressing the specific questions above (no more than 10 pages) demonstrating the 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. 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 pursuant to 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://sam.gov/opp/0dc59b519e9e4c509a4e640980f35a82/view)
 
Place of Performance
Address: Fort Belvoir, VA 22060, USA
Zip Code: 22060
Country: USA
 
Record
SN06936395-F 20240118/240116230046 (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.