SOURCES SOUGHT
D -- RFI - JITC Mission Support Services
- Notice Date
- 4/13/2009
- Notice Type
- Sources Sought
- NAICS
- 541330
— Engineering Services
- Contracting Office
- Defense Information Systems Agency, Procurement Directorate, DITCO-Scott, 2300 East Dr., Building 3600, Scott AFB, Illinois, 62225-5406, United States
- ZIP Code
- 62225-5406
- Solicitation Number
- JITC-RFI-091
- Archive Date
- 5/19/2009
- Point of Contact
- Mardell I Miller,, Phone: 520-538-0372, Nancy Johnson,, Phone: 520-538-5529
- E-Mail Address
-
mardell.miller@disa.mil, nancy.johnson@disa.mil
- Small Business Set-Aside
- N/A
- Description
- Notice announcement is being issued for the Defense Information Systems Agency (DISA) Joint Interoperability Test Command (JITC) to determine industry interest and obtain company capabilities, demographics, and ideas for an acquisition approach. THIS IS A REQUEST FOR INFORMATION (RFI) ONLY. This RFI is issued solely for information and planning purposes. It does not constitute a Request for Proposal (RFP) or a promise to issue an RFP in the future. This RFI does not commit the Government to contract for any supply or service whatsoever. Further, DISA/JITC is not at this time seeking proposals, and will not accept unsolicited proposals. Respondents are advised that the U.S. Government will not pay for any information or administrative costs incurred in response to this RFI. All costs associated with responding to this RFI will be solely at the responding party's expense. All information received in response to this RFI that is marked PROPRIETARY will be handled accordingly. The Government shall not be liable for or suffer any consequential damages for any proprietary information not properly identified. Proprietary information will be safeguarded in accordance with the applicable Government regulations. Responses to the RFI will not be returned. Not responding to this RFI does not preclude participation in any future RFP, if any is issued. In accordance with FAR 15.201(e), responses to this notice are not offers and cannot be accepted by the U.S. Government to form a binding contract. It is the responsibility of the interested parties to monitor these sites for additional information pertaining to this RFI. Introduction JITC's Mission is to provide a full-range of agile and cost-effective test, evaluation, and certification services to support rapid acquisition and fielding of global net-centric warfighting capabilities. JITC tests Automated Information Systems (AIS) and Information Technology/National Security Systems (IT/NSS) technologies and capabilities that pertain to multiple branches of the armed services and government. Its roles include joint interoperability and Net Readiness test and certification, Operational Test and Evaluation, and providing warfighter support. Description JITC is seeking information concerning a potential acquisition of non-personal services to effectively and efficiently perform and meet the Command's mission and functions of delivering crucial interoperability and operational testing capabilities to the warfighter, Department of Defense (DoD), federal agencies and commercial companies. The services are to be provided at JITC's Fort Huachuca, Arizona; Indian Head, Maryland; and Falls Church, Virginia facilities, with possible performance at various world-wide locations, either on a temporary or permanent basis. The services will encompass a broad range of areas including testing, technical support of programs and organizations, support of technology demonstrations and experiments, and operational support. Outlined below is a more detailed description of the JITC capabilities that one or multiple sources will be required to satisfy. Capability to support types of testing conducted by JITC to include: * Testing against joint doctrines and objectives to include interoperability * Testing for COCOM and other DoD standards conformance before fielding and operational testing * Testing of current and emerging COCOM and other DoD standards for alignment with interoperability * Net Readiness Testing * Operational Testing * Developmental Testing * Information Assurance (IA) Testing Capability to support programs and organizations at JITC and other locations to include: * Requirements and test criteria formulation * Acquisition lifecycle execution * Total testing process * Evaluation of critical operational issues * AIS and IT/NSS certification and validation activities * Interoperability knowledge management and reporting * Operational effectiveness and suitability assessment * Support to COCOMs in theater as well as technical 24-hr/day, 365-day/year warfighter C4I Hotline support to the COCOMs and Services Capability to support technology demonstrations and joint experiments to include activities such as: * Defining and implementing of interoperability standards * Supporting joint exercises with COCOM participation * Conducting Operational Testing data management across the COCOMs and other organizations Capability to support JITC day-to-day operations which includes the following activities: * Implementing engineering / modification of JITC testing related environments and systems * Establishing new JITC testing capabilities * Establishing and sustaining JITC test networks * Drafting JITC test policy and conducting operational activities * Supporting JITC Planning, Programming, Budgeting, Execution (PPBE) process * Supporting planning and program management * Supporting procurement activities necessary to complete tasking * Conducting JITC Systems Engineering and Technical Assessment * Supporting JITC process improvements * Conducting JITC knowledge management * Facilities management at both Fort Huachuca and Indian Head Additional areas that are critical to JITC include: * Avoidance of or means to mitigate any actual or perceived Organizational Conflicts of Interest * Ability to provide comprehensive mission support that satisfies all of JITC's needs * Ability to provide timely and flexible support given that "normal operations" are consistently conducted and tailored to optimize support for diverse customer expectations in regards to testing cost, timeliness, technical performance, comprehensiveness, and reporting. Additionally, respondents must be able to assist JITC in quickly responding to fluctuations in workload caused by conditions such as, but not limited to: schedule slips and misalignments resulting in concurrent activities within select timeframes, changes in test policies, and sudden advances in technologies. Support is currently being provided under contract with the following: * Northrop Grumman Corporation Information Technology, contract NBCHC020001 * Northrop Grumman Space & Mission Systems Corporation, contract NBCHC020002 * INTEROP II Joint Venture, contract NBCHC20003 The support for follow-on efforts would begin in FY2010 and could entail a five year period of performance (phase-in period and base year with four one year options). JITC is creating a Technical Library that will include information on Command capabilities and the various JITC Laboratories that will be used to provide the necessary mission support. Access to this library will be controlled since there is information that is not releasable to foreign owned or controlled entities. To request access, see the "Special Documents & Information (SDI)" section on the JITC Recompete web page at: http://jitc.fhu.disa.mil/recompete/index.html. In order to assist JITC in continuing to develop the acquisition strategy, companies having the required service capabilities to satisfy the capability needs addressed above are encouraged to submit a 10-page or less capability statement with a minimum font size of 10cpi, along with a 2-page or less cover letter, indicating their ability to satisfy these requirements. Marketing brochures are not permitted and will be rejected. Any information the respondents consider as proprietary should be clearly marked. Responses should include the following: 1. The following information shall be included on the cover letter: * Company name and address * Primary point of contact (including phone and email) * Alternate point of contact (including phone and email) * Cage Code * DUNS Number * NAICS Code * Size of business (large, small, small business status such as Small Disadvantaged, 8(a), HUBZone, Woman Owned, Minority Owned, and/or Service Disabled Veteran) * Average annual revenue for the past three years * Number of employees * Address any potential set-asides you feel your company can perform and provide references of contracts where you have performed in this capacity All small businesses, to include Small Disadvantaged, HUBZone, Woman-Owned and Service Disabled Veteran are strongly encouraged to provide timely responses to this Request for Information (RFI). A response to this RFI is necessary in order to assist DISA in determining the potential levels of interest, adequate competition, and technical capability within the Small Business community to provide the required services. In addition, this information will also be used to assist DISA in establishing a basis for developing any subsequent potential subcontract/small business participation plan and small business goal percentages. 2. List of contracts that provide support similar to JITC's needs, including government points of contract (phone numbers and email addresses) and experience with Performance-Based Services Acquisition (PBSA). 3. Capabilities to recruit, hire, and maintain skills necessary to support JITC's needs. 4. Ideas/recommendations for an acquisition strategy in order to best satisfy the stated capability needs. Items of consideration include: * Proposed types of contracts, with particular emphasis on the effective utilization of fixed priced task orders * In keeping with the DoD emphasis against Time and Materials contracts/task orders, comments concerning the viability, including risks, associated with other pricing arrangements to provide the anticipated testing support * Propose contract strategies and processes that will reduce the number of task orders issued under a contract(s) * PBSA incentives (i.e., cost-based, award-fee, award-term, schedule, etc.) and remedies for non-performance * Any lessons learned or suggestions that JITC should consider in the development of the acquisition strategy for a PBSA * Teaming (prime contractor/major subcontractor(s)) and joint venture (business partners) agreements o If anticipate teaming with another contractor, or creating a joint venture, identify the firm(s), if known, otherwise indicate that an arrangement is being contemplated and its structure and contractors will be identified as soon as available. Be sure to segregate this information on the capability statement by firm. 5. Whether or not the respondent is considering participating in this area as a prime or a subcontractor. 6. Questions and/or concerns that the respondents may have with any of the Government provided facilities. Additional Items * All information must be contained within the maximum 10-page capability statement, excluding the 2-page cover letter * Submit capability statements to Ms. Mardell Miller, Defense Information Technology Contracting Organization (DITCO), Contracting Officer, at mardell.miller@disa.mil * The subject line for all electronic correspondence shall start with JITC Sources Sought NOTE: All ZIP files will be deleted; only attach MS Word/Excel compatible files or Adobe Acrobat PDF files in electronic correspondence * All information must be submitted electronically * Receipt of capability statements will not be acknowledged; if need receipt, submit statements electronically and select "read receipt request" from electronic options * Will consider rationale for use of other NAICS codes. Points of Contact DITCO-Scott, Services & Support Branch PL831 2001 Brainard Road, Bldg. 57305 Fort Huachuca, AZ 85670-2798 * Ms. Mardell Miller, Contracting Officer, 520-538-0372, mardell.miller@disa.mil * Ms. Nancy Johnson, Contracting Officer (Branch Chief), 520-538-5529, nancy.johnson@disa.mil
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=123ae485219b7373d10f239854083331&tab=core&_cview=1)
- Place of Performance
- Address: JITC, 2001 Brainard Rd, Fort Huachuca, AZ 85670-2798, JITC, 3341 Strauss Ave, Indian Head, MD 20640-5035, Various world-wide locations, Fort Huachuca, Arizona, 85670-2798, United States
- Zip Code: 85670-2798
- Zip Code: 85670-2798
- Record
- SN01791791-W 20090415/090413220852-123ae485219b7373d10f239854083331 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |