SOURCES SOUGHT
99 -- Services IT Support Business Case Analysis
- Notice Date
- 5/3/2024 6:09:13 AM
- Notice Type
- Sources Sought
- Contracting Office
- COMMANDER QUANTICO VA 22134-6050 USA
- ZIP Code
- 22134-6050
- Solicitation Number
- M67854-24-R-4208
- Response Due
- 5/10/2024 12:00:00 PM
- Archive Date
- 05/25/2024
- Point of Contact
- Tracie L. Douglas, Charles Thompson
- E-Mail Address
-
tracie.l.douglas.civ@usmc.mil, Charles.Thompson@usmc.mil
(tracie.l.douglas.civ@usmc.mil, Charles.Thompson@usmc.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- This Sources Sought Notice (SSN) initiates market research under Federal Acquisition Regulation (FAR) Part 10 and is not a solicitation or Request for Proposal (RFP).� The information herein only initiates communication with industry in order to assess market capability. �No solicitation document exists at this time.� This SSN does not create any Government obligation to procure these services or to issue a solicitation.� In addition, the Government has no obligation to pay for information responsive to this SSN and will not accept any responses as offers.� Respondents should mark any proprietary information clearly and appropriately.� Responses will not be returned.� The information provided in this SSN is subject to change and is not binding on the Government.� Pursuant to FAR 15.201(e), responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. Background: �Program Executive Office (PEO) Digital & Enterprise Services (DES), Procurement Center of Excellence (PCE) Program Office is responsible for the procurement of Information Technology Services that supports the Government Owned/Government Operated/Contractor Supported (GO/GO/CS) Enterprise Network.� Due to the changing operational environment and organization structures, the Program Office is evaluating options on how to leverage industry to support the Enterprise Network. The Enterprise Network consists of multiple enclaves with approximately 20 Campus Area Networks of varying sizes.� These networks are located in four (4) countries and other remote locations with the anticipation of expansion.� The Enterprise Network includes approximately 127,000 endpoints and end users.� The Enterprise Network are centrally managed by three organizations listed below. Marine Corps Cyber Command (MARCORCYBERCOM) conducts full-spectrum cyberspace operations, including but not limited to the operation and defense of the Marine Corps Enterprise Network (MCEN).� MARCORCYBERCOM conducts defensive cyberspace operations within the MCEN and Joint Force networks, when directed, MARCORCYBERCOM will conduct offensive cyberspace operations in support of Joint and Coalition Forces to enable freedom of action across all warfighting domains and deny the same to adversarial forces. Marine Corps Cyberspace Operations Group (MCCOG) secures, operates, and defends the MCEN in support of the Fleet Marine Force (FMF) and Supporting Establishment by conducting Department of Defense Information Network (DODIN) Operations and Defensive Cyberspace Operations Internal Defensive Measures (DCO-IDM); exercising Command and Control (C2);� and providing forces, communications control, and Cybersecurity Services in order to enable freedom of action across all warfighting domains and functions, while denying the same efforts of our adversaries. Marine Corps Installation Command (MCICOM) plans, designs, establishes, constructs, modernizes, manages, and ensures compliance of all Marine Corps installation command, control, and communications. Objective: � The PEO DES PCE Services Team Program Office is requesting responses to determine the availability and technical capability of sources to potentially provide a Business Case Analysis (BCA). �The BCA will only focus on the contractor supported portion of the Enterprise Networks requirements.� The BCA will provide options or a family of solutions, with critical analysis, for the Program Office to improve efficiency by leveraging industry to meet the GO/GO/CS Enterprise Network requirements.� This includes but is not limited to contractor support for user access to protected voice, video and data services, and Cyber Security Service Provider Subscriber services requirements.� Purpose: � The purpose of this anticipated BCA is to conduct an analysis of the current support methods for the GO/GO/CS Enterprise Network.� Additionally, conduct analysis on alternative support methods that the Program Office should consider improving efficiency.� The Enterprise Network includes out of band networks and a cross domain solution (CDS), must be delivered to operationally integrate, and align all current and future information technology and cyber-enabled initiatives, while simultaneously allowing for end-to-end reporting, management, and defense of the DoD Information Networks. �The Enterprise Network will continue to be a CONUS/OCONUS GO/GO/CS, operational framework from which the networks will be managed as a warfighting platform and National Security System, both in garrison and when supporting deployed Marine Forces.� The Government is interested in hearing from vendors who are capable of completing a BCA of the contracted support requirements for the Enterprise Network up to the Secret level.� Requirements for the BCA will include, but not be limited to, the following: Detailed assessment of current support method to include: Analysis at the Enterprise Networks Analysis at the MARFORCYBERCOM support Analysis at the MCICOM support (regionally) Cost-Benefit Analysis Identification and detailed assessment of alternative support methods that address the benefits and risks.� Methods such as, but not limited to: Enterprise wide as-a-service Regional/Area of Responsibilities as-a-service Enterprise-wide staff augmentation Analysis of procurement methods/strategies Current method Each alternative method Responses: � Respondents shall submit their response in Adobe Acrobat/Microsoft Word.� Responses should demonstrate their company�s capabilities to meet or exceed the requirements stated in this SSN.� Responses shall include the following: Element Page Limit Content Requirements Cover Page/Executive Summary 1 Shall include: Company name Point of contact information DUNS number Cage code Accredited Clearance Level Socio-economic status (including a list of NAICS codes, as they pertain to the socio-economic status) Government-wide contracts or other Federal Government contract vehicles your firm participates in (e.g., NASA SEWP, GSA Alliant, Federal Supply Schedules, etc.) Capability Statement 10 At a minimum, describe your company�s qualifications, experience, and capabilities to satisfy the Government�s BCA requirements indicated above within Section 3.� Please include a detailed explanation and associated dollar value of your company�s past performance and experience with similar tasks and efforts of similar scope and complexity. GFI needs 2 Identify the Government furnished information that would be required to conduct the BCA. Responses are due no later than 3:00 p.m. EST, Friday, 10 May 2024. �Responses shall be electronically submitted via email to the Contracting Officer, Charles Thompson at charles.thompson@usmc.mil and the Contract Specialist, Tracie L. Douglas at tracie.l.douglas.civ@usmc.mil. �The subject line of the email shall read as follows:�� M67854-24-R-4208 Business Case Analysis Sources Sought Please be advised that any proprietary information must be marked as such on a page-by-page basis. �The Government will not assume that any of the information provided by a Respondent is proprietary unless it is conspicuously marked on each page containing proprietary information. �Moreover, the Government does not assume any duty to contact a Respondent to inquire whether any unmarked information submitted in response to this notice is proprietary. Future Requirements/Solicitation Availability Disclaimer: � The Government is only seeking sources/information for market research to determine the availability of commercial or non-commercial capabilities in the described areas.� Availability of any formal solicitation, if developed, will be announced separately.� Submittals will not be returned to the sender.� Respondents will not be notified of the results of the evaluation.� It is the Respondent�s responsibility to check SAM.gov to get additional data regarding future potential solicitations.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/577e8fac35164c04bcae432b31b20929/view)
- Place of Performance
- Address: Stafford, VA 22554, USA
- Zip Code: 22554
- Country: USA
- Zip Code: 22554
- Record
- SN07053269-F 20240505/240503230042 (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 |