SOLICITATION NOTICE
R -- Support for the Mission Assurance & Continuity Program
- Notice Date
- 8/27/2004
- Notice Type
- Solicitation Notice
- NAICS
- 541611
— Administrative Management and General Management Consulting Services
- Contracting Office
- Defense Information Systems Agency, Procurement and Logistics, DITCO-NCR, 5111 Leesburg Pike Skyline 5, Suite 900A, Falls Church, VA, 22041-3206
- ZIP Code
- 22041-3206
- Solicitation Number
- HC1047-04-T-4042
- Response Due
- 9/12/2004
- Archive Date
- 9/27/2004
- Point of Contact
- Nancy McClain, Contract Officer, Phone 703-681-0327, Fax 703-681-1211,
- E-Mail Address
-
McClainN@ncr.disa.mil
- Description
- This is combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR 12.6, as supplemented with additional information included in this notice. This announcement constitutes the solicitation, and no other solicitation will be issued. The Request for Quotation (RFQ) number is HC1047-04-T-4042. This competitive solicitation is fully opened to all businesses. However, SMALL BUSINESSES ARE STRONGLY ENCOURAGED TO OFFER A QUOTE, PARTICULARLY HUBZONE, SMALL DISABLED VETERAN, WOMAN OWNED SMALL BUSINESSES. Proposals are due by midnight Sunday 12 September 2004. The North American Industry Classification System (NAICS) code for this procurement is 541611. Business size standard is $6,000,000. This will be a firm fixed price commercial purchase order and will be awarded utilizing Simplified Acquisition Procedures under the guidance of FAR 13.5. The Government will award a commercial purchase order resulting from this solicitation on the basis of past experience/past performance and price. Quoters shal provide the following: A. past corporate experience in the past 3 years and past performance of these contracts. Describe how work performed in the past 3 years is relevant to this statement of work. Provide the contract numbers, contracting officer, contracting officer?s representative and program managers names, current phone numbers and email addresses for the contracts; and B. price quote. Corporate experience / past performance is more important than price. However, if evaluations of corporate experience / past performance are equal, then price will be the tie-breaker. Quoters shall provide information as stated in the representations and certification at provision FAR 52.212-3, Offeror Representations and Certifications-Commercial Items, and DFARS 252.212-7000, Offeror Representations and Certifications-Commercial Items. DFARS 252.204-7004, Required Central Contractor Registration applies to this procurement. These provisions may be found at http://farsite.hill.af.mil. Other clauses are DISA 52.228-9100 Work On A Government Installation; 52.228-9200 Contractor Acquired Insurance; 52.232-9100 Wide Area Workflow-Receipt and Acceptance (WAWF-RA); 52.242-9200 Meetings/Conferences; 52.245-9100 Government Property; and 52.245-9200 Use of Government Furnished Computers. All responsible interested parties should provide a quote by email to the contracting officer at McClainN@ncr.disa.mil. No telephonic responses to this synopsis/RFQ will be accepted. ALL ITEMS MUST BE QUOTED, OR THE QUOTE WILL NOT BE CONSIDERED. CLIN 0001 Base period 1 Oct 2004 ? 30 Sep 2005 Perform the SOW. CLIN 0001AA Perform Tasks 1 and 2, to include subtasks to task 2, 12 months; CLIN 0001AB Optional Task 3; CLIN 0001AC Optional Task 4; CLIN 0002 1st option period 1 Oct 2005 ? 30 Sep 2006 Perform the SOW. CLIN 0002AA Perform Tasks 1 and 2, to include subtasks to task 2, 12 months; CLIN 0002AB Optional Task 3; CLIN 0002AC Optional Task 4; CLIN 0003 2nd option period 1 Oct 2006 ? 30 Sep 2007 Perform the SOW. CLIN 0003AA Perform Tasks 1 and 2, to include subtasks to task 2, 12 months; CLIN 0003AB Optional Task 3; CLIN 0003AC Optional Task 4; CLIN 0004 3rd option period 1 Oct 2007 ? 30 Sep 2008 Perform the SOW. CLIN 0004AA Perform Tasks 1 and 2, to include subtasks to task 2, 12 months; CLIN 0004AB Optional Task 3; CLIN 0004AC Optional Task 4; CLIN 0005 4th option period 1 Oct 2008 ? 30 Sep 2009 Perform the SOW. CLIN 0005AA Perform Tasks 1 and 2, to include subtasks to task 2, 12 months; CLIN 0005AB Optional Task 3; CLIN 0005AC Optional Task 4. Statement of Work (SOW): 1. PURPOSE: The purpose of this Statement of Work (SOW) is to provide analytical, technical, functional, administrative and management support to the GIG Operations Continuity Planning Office (GO52). 2. BACKGROUND: DISA requires technical support from analysts that specialize in continuity of operations (COOP) planning and development. They are required to support the development, production and implementation of a DISA-wide COOP plan, standard operating procedures, training and exercise support. These products provide assurance that DISA can execute, when necessary, varying levels of COOP capabilities during exercises, scheduled events and ?all-threats? situations. This effort is in direct support of Presidential Directive 67 (PDD 67), ?Enduring Constitutional Government and Continuity of Operations?. This PDD directs DoD Components to have a plan in place to ensure continuous operations in the event of a national emergency. The requested contractor support is essential to meet the expectations of the PDD. GO52 lacks the staff resources with the requisite technical capacity to develop, maintain, train, and exercise a DISA-wide COOP plan. 3. TASKS: The GIG Operations Continuity Planning Office requires the contractor to provide analytical, technical, functional, and administrative and management support for the establishment of an institutional and viable DISA Continuity Program. 3.1 Task 1 Contract Level Program Management: The contractor shall prepare the technical, functional, and administrative activities needed for the management of this SOW. 3.2 Task 2 DISA HQS, GIG Operations Continuity Management Office Support: The contractor shall assist DISA in further developing, refining, and expanding upon the planning accomplished to date. Furthermore, the contractor shall assist DISA efforts to establish a viable Continuity Program in accordance with PDD 67 and guidance established in FPC 65. The contractor shall also provide support in continuity-related National Security Emergency Preparedness (NSEP) areas such as (but not limited to) mission assurance. 3.2.1 Task 2.1 Strategic Planning and Management Support: The contractor shall provide the GIG Operations Continuity Management Office with support in developing and revising long-range office and program goals, objectives, plans, and milestones. Program Management Plans (PMP), Concepts of Operations (CONOPS), and Courses of Action (COA) are just three examples of this strategic-level planning and management support. 3.2.2 Task 2.2 Refine DISA Headquarters Continuity of Operations (COOP) Plan: In this task, the contractor shall refine the DISA Headquarters COOP plan to include its relocating organizations not identified in the original Concept of Operations (CONOPS). An important aspect of this effort shall be to ensure that the plan continues to meet DISA responsibilities in supporting the Secretary of Defense (SecDef), Joint Staff, Services, DoD Agencies, and Combatant Commanders, under NSEP COOP conditions while also considering continuance of DISA organizational functions. Another important aspect is to ensure that the DISA plan is fully integrated and meets the requirements addressed in PDD 67, the Office of the Secretary of Defense COOP plan, and the Joint Staff COOP plan. Specifically, the contractor shall assist in: 3.2.2.1 Working with the DISA COOP Working Group in resolving various COOP issues pertinent to the DISA HQS COOP plan; 3.2.2.2 Collecting and analyzing existing DISA HQS staff COOP relocation plans and requirements to establish a new baseline; 3.2.2.3 Continued refinement of DISA COOP policy; 3.2.2.4 Development of a DISA Instruction addressing continuity policy, planning, procedures, and techniques; 3.2.2.5 Examining staff relocation requirements across DISA Headquarters through surveys, interviews, and working groups; 3.2.2.6 Providing DISA HQS internal instructions to the component staffs for developing supporting COOP relocation data on relocating personnel; 3.2.2.7 Developing and documenting Alert and Notification (A&N) procedures, using the Dialogic Communicator? in sufficient detail to provide for duty and non-duty hour execution with or without warning; 3.2.2.8 Developing and documenting a DISA HQS Reconstitution Concept, which may be published as an appendix to the operations annex to the DISA HQS COOP plan; 3.2.2.9 Refining transportation plans in sufficient detail so senior leaders understand their COOP transportation options; 3.2.2.10 Updating alternate site information in ANNEX M to the DISA HQS COOP plan changed or added as a result of the above tasks; and, 3.2.2.11 Tracking action items generated as a result of HQS DISA COOP plan working sessions. 3.2.3 Task 2.3 DoD-level Working Group and Panel Support: The Office of the Secretary of Defense and the Joint Staff co-chair a DoD level COOP Executive Steering group (COOP ESG), Working Group (CWG) and panels in which DoD guidance is promulgated and issues are exchanged and resolved. The contractor shall attend and support these working groups and panels. In addition, the contractor shall contribute subject matter expertise to provide secretariat support to the DISA Representative, as well as: 3.2.3.1 Prepare working group notes; 3.2.3.2 Develop and coordinate working group agenda items; ?3.2.3.3 Prepare issue papers/briefings for working group agenda items; and, 3.2.3.4 Track action items generated as a result of the working group. The contractor shall also provide support to DISA by attending other NSEP-related DoD meetings as working groups as required. Lastly, the contractor shall assist the government in deconflicting OSD, Joint Staff, and Service COOP planning and execution criteria. 3.2.4 Task 2.4 DISA Headquarters Working Group Support: The DISA GIG Operations Continuity Management Office co-chairs a Headquarters level COOP working group in which DISA Headquarters COOP guidance is promulgated and issues are exchanged and resolved. The contractor shall attend, support and may chair these working groups. In addition, the contractor shall contribute subject matter expertise to provide support to the chair as well as: 3.2.4.1 Prepare working group minutes; 3.2.4.2 Develop and coordinate working group agenda items; 3.2.4.3 Prepare issue papers/ briefings for working group agenda items; 3.2.4.4 Track action items generated as a result of the working group; and, 3.2.4.5 Maintain the working group membership roster. The contractor shall also provide support to DISA by attending other NSEP-related DISA meetings as working groups as required. 3.2.5 Task 2.5 Periodic Reviews: DISA shall schedule periodic reviews to identify action items, assign responsibility for action items and discuss the status of action items. The contractor may be requested to analyze Continuity Program-related issues raised during these reviews (or via other venues). The Government shall request this support in writing and the contractor shall respond with a brief explanation formatted as a short white paper. 3.2.6 Task 2.6 Maintaining Emergency Relocation Group Data: The contractor shall assist DISA with compiling and maintaining data on COOP Emergency Relocation Group personnel. Data shall be organized in accordance with a DISA approved format. 3.2.7 Task 2.7 Training and Exercise Program. The contractor shall assist DISA in developing a Continuity Program training and exercise program. The program plan shall include exercises to test Alert & Notification procedures, accuracy of site reception procedures and transportation plans. Exercises shall be preceded by exercise planning and training. The contractor shall assist DISA in preparation for CJCS or OSD sponsored COOP exercises. 3.2.8. Task 2.8 Alternate Site Planning The contractor shall assist DISA in developing alternate site plans and capabilities. The contractor shall assist DISA in developing a site usage plan detailing how alternate site space shall be assigned and configured. The contractor shall support DISA in developing alternate site capabilities by assisting with the installation of DISA procured assets at the alternate site(s). The contractor shall assist DISA personnel assigned to support alternate site planning functions. The contractor shall assist DISA with alternate site planning by attending meetings that concern alternate site issues. 3.2.9 Task 2.9 Mission Assurance: The DISA Continuity Program is, by design, linked to the DISA Mission Assurance Program. The contractor shall support mission assurance tasks that are determined to have an impact on either the DISA Continuity Program or the Agency?s readiness to perform mission essential functions. 3.3 Task 3 Alternate Site Management (Optional Task 1): The contractor shall support DISA by managing (under DISA guidance) designated DISA facilities. Specifically the contractor shall assist in: 3.3.1 Facility selection, design, renovation, capabilities upgrade, and maintenance oversight; 3.3.2 Facility operations including support during facility stand-up and sustained operations phases, during emergencies and exercises; 3.3.3 Facility operational readiness, including periodic systems and workstation testing; 3.3.4 Managing facility Local Area Networks (LAN) including NIPRNET, SIPRNET, and DISANET networks; 3.3.5 Ensuring telecommunications systems capability; 3.3.6 Facility logistical support, including real property inventory management; 3.3.7 Facility security related matters, including access policy and procedures and liaison with local security forces; 3.3.8 Liaison with local/base support organizations involved with ensuring facility functionality; 3.3.9 Liaison with DISA organizations supported by the facility; 3.3.10 Meeting attendance that concerns alternate site issues; and, 3.3.11 Supporting DISA HQS continuity planning efforts as required. The contractor shall be required to perform duties, including escorting personnel, at DISA relocation sites. For the Raven Rock Military Complex, proposed personnel must meet contractor personnel requirements set forth in established AJCC personnel entry control procedures. 3.4 Task 4 Agency Element Support (Optional Task 2): The contractor shall support, in concert with the GO52, appropriate DISA organizational elements and DISA associated organizations in areas associated with COOP or mission assurance. Candidate DISA organizational elements include (but are not limited to) DISA HQS Strategic Business Units, Shared Services Units, Special Advisor organizations, Special Mission organizations, and Direct Reporting Units. DISA associated organizations are ones that have major mission functions that are common, or interdependent, with DISA. The Joint Task Force ? Global Network Operations (JTF-GNO) is one example. Subtasks under Task 4 mirror those listed in Task 2 of this statement of work. Task 4 may also mirror those listed in Task 3 of this statement of work. 4.0 The following are the schedule of deliverables and due dates: 4.1 Task 1 Contract Level Project Management Monthly Status Report Monthly, NLT 10th workday of the month. 4.2 Task 2 DISA HQS GIG Operations Continuity Management Office Support Monthly Status Report Monthly, NLT 10th workday of the month. 4.2.1 Task 2.1 Strategic Planning and Management Support Monthly Status Report Monthly, NLT 10th workday of the month. 4.2.2 Task 2.2 Refine DISA Headquarters COOP Plan Monthly Status Report. Include action log and status of? Alert & Notification Procedures, Transportation plan, Relocation plan, and/or Reconstitution APPENDIX as appropriate Monthly, NLT 10th workday of the month. 4.2.3 Task 2.3 DoD Working Group and Panel Support Note attendance in MSR As required. 4.2.4 Task 2.4 DISA HQS Working Group Support Note attendance in MSR. Develop and/or coordinate meeting minutes As required. 4.2.5 Task 2.5 Periodic Reviews Note Status in MSR Monthly, NLT 10th workday of the month. 4.2.6 Task 2.6 Maintain Emergency Relocation Group data Update record of emergency relocation group personnel data Monthly, NLT 10th workday of the month. 4.2.7 Task 2.7 Training and Exercise Program Monthly Status Report. Include action log and status of Exercise Program Plan, or exercise support documentation, as appropriate Monthly, NLT 10th workday of the month. 4.2.8 Task 2.8 Alternate Site Planning Monthly Status Report. Include action log and status of Site usage planning, Site equipment installation, escort support, alternate site exercise support, and/or alternate site meeting attendance as appropriate Monthly, NLT 10th workday of the month. 4.2.9 Task 2.9 Mission Assurance Monthly Status Report Monthly, NLT 10th workday of the month. 4.3 Task 3 (Optional) Alternate Site Management Monthly Status Report Monthly, NLT 10th workday of the month. 4.4 Task 4 (Optional) Agency Element Support Monthly Status Report Monthly, NLT 10th workday of the month. 5.0 Place of Performance: Monday through Friday, 40-hour week at a Government facility. Periodic trips from the National Capital Region to alternate sites for information/data gathering, meetings and testing shall occur as deemed necessary by the DISA project leader. Parking is the sole responsibility of the contractor. 6.0 Period of Performance: The period of performance for this delivery order is twelve months, with four (4) option years. 7.0 Security: A TOP SECRET clearance is required. 8.0 Government Furnished Equipment (GFE) / Government Furnished Information (GFI): DISA shall provide workspace, office automation equipment, access to fax, e-mail, printers and any other material to support on-site FTE(s). GFI consists of the Mission Essential Functional Analysis, current draft DISA COOP plan, associated annexes, Concept of Operations (CONOPS) and current guidance. Access shall be granted to data, plans and other information deemed important to developing DISA COOP Policy, exercises, transportation, alert & notification, reconstitution plans and assistance for field organization plans. DISA shall also provide project personnel with required access to DISA spaces to conduct this effort. 9.0 Other Pertinent Information or Special Considerations: 9.1 Year 2000 (Y2K) Compliance. The contractor shall comply with Y2K guidelines to ensure that all information technology products developed or acquired under this task order are Y2K compliant. The contractor shall be aware of potential Y2K problems with existing Government information technology systems and if problems are uncovered, the problem shall be documented and reported to the Government. 9.2 Non-local Travel. The contractor shall plan to support trips to the following sample locations for the duration indicated. These trips are required to support the mission of the Continuity Management Office. Some locations are actual destinations. Others are examples due to the sensitivity of the actual destination. In the cases of examples, the destinations have been selected based on the similarity of planning factors (distance, per diem and logging, etc.) in order for the contractor to make viable estimates of cost. Destination / Duration / Frequency Per Year: Site R / 1 day / 24; Site R / 2 days / 4; Site R / 4 days / 2; Lancaster, PA / 1 day / 12; Lancaster, PA / 4 days / 1; La Plata, MD / 1 day 24; La Plata MD / 4 days / 2.
- Place of Performance
- Address: DISA, 701 S. Courthouse Road, Arlington, VA 22204
- Record
- SN00658791-W 20040829/040828100324 (fbodaily.com)
- Source
-
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |