SOURCES SOUGHT
D -- DISA/GIG Enterprise Services Engineering Directorate (GE)/Fort Monmouth, NJ, DISANet System Support
- Notice Date
- 7/23/2009
- Notice Type
- Sources Sought
- NAICS
- 541519
— Other Computer Related 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
- IT002200
- Archive Date
- 8/14/2009
- Point of Contact
- Matthew R. Cassady, Phone: 6182299713
- E-Mail Address
-
matthew.cassady@disa.mil
(matthew.cassady@disa.mil)
- Small Business Set-Aside
- N/A
- Description
- Request for Information (RFI) for DISA/GIG Enterprise Services Engineering Directorate (GE)/Fort Monmouth, NJ, DISANet System Support <h4>Contracting Office Address:</h4> Defense Information Systems Agency, DITCO-Scott PL8313, P.O. 2300 East Drive, Bldg 3600, Scott AFB, IL, 62225-5406 <h4>Description:</h4> PURPOSE : The purpose of this Request for Information (RFI) is to conduct market research which will be used to formulate an acquisition strategy to procure DISA Systems Engineering Process and Assessment Support. This RFI is issued solely for information and planning purposes and does not constitute a Request for Proposal or a promise to issue a Request for Proposal in the future. This RFI does not commit the Government to contract for any supply or service. Respondents are advised that the U.S. Government will not pay for any information or administrative costs incurred in responding to this RFI. TARGET AUDIENCE : In particular, only small businesses are requested to respond to this RFI to assist the DISA Computing Services Directorate in formulating an acquisition strategy that fairly considers small business ability to participate in the acquisition, either as prime contractors or as subcontractors. <h4>Sources Sought</h4> This Sources Sought Synopsis is requesting responses to the following criteria ONLY from small businesses that can provide the required services under the North American Industry Classification System (NAICS) Codes 517110 and 541519. In addition to Small Businesses, this Synopsis is encouraging responses from qualified and capable Service Disabled-Veteran Owned Small Businesses, Veteran-Owned Small Businesses, Women-owned Small Businesses, HUBZone Small Businesses, Small Disadvantaged Small Businesses, Small Business Joint Ventures, Consortiums and Teaming Partners. This Sources Sought Synopsis is issued to assist the agency in performing market research to determine whether or not there are qualified and capable Small Businesses to provide the aforementioned service. The government is trying to determine if there is reasonable expectation of obtaining offerors from two or more responsible small business concerns. Responses must demonstrate the company's ability to perform in accordance with the Limitations on Subcontracting clause (FAR 52.219-14). Interested small businesses meeting the small business standard of NAICS code 517110 and 541519 are requested to submit a response to the Contracting Officer within 7 calendar days of issuance of this RFI. Late responses will not be considered. Responses should provide the business's DUNS number and CAGE code and include a statement of self certification under the NAICS code. Additionally, responses should include recent (within the past five years) and relevant experience (work similar in type and scope) to include contract numbers, project titles, dollar amounts, and points of contact with telephone numbers where the responder performed the relevant work. Marketing brochures and/or generic company literature will not be considered. Not addressing all the requested information may result in the Government determining the responder is not capable of performing the scope of work required. Requested Information: Interested vendors are requested to submit a maximum 10 page statement of their knowledge and capabilities to perform the following: a. The contractor must have extensive operational understanding of the DISANet and be highly capable of performing daily hands-on support of user's needs. This includes maintenance, troubleshooting, fault isolation, and planning activities associated with the LAN, applicable interfaces, and equipment associated with the DISANet. b. The contractor must have thorough knowledge of DISA Information Management directives and have the knowledge and capability to support the Information Systems Security Officer and Information Resource Manager to assure that plans, policies, and procedures are implemented in accordance with DISA directives. c. The contractor must have daily on site presence at DISA Fort Monmouth, NJ and must be capable of quickly substituting other qualified personnel on site in the event that the principal person(s) is unable to work for any reason. d. Provide daily operational Local Area Network (LAN) support, including all interfaces, and on-site LAN and standard networked applications maintenance and help desk activities. Analyze and define network requirements. e. Support all managerial oversight of operations and maintenance for all fault isolation and traffic analysis for network cable plant, operating systems, PC-based hardware and software and help desk services associated with all equipment associated with the DISANet LANs and WANs. Administer data standards, policies and procedures. Assist the Information Systems Security Officer (ISSO) and Information Resource Manager (IRM) to assure that plans, policies and procedures are implemented in accordance with DISA Information Management directives. f. Assure network architecture and hardware is upgraded and assist in the implementation of these systems. Perform troubleshooting on all network interfaces for both LAN and WAN systems. Assess security events/violations to determine impact at DISA, Fort Monmouth; recommend and implement corrective measures. Assist DISA Network Security Office in the implementation of firewalls for the local network. g. Define network architecture and identify any hardware upgrades to assist in the implementation of these system architectures. Oversee upgrades to computer and communications hardware, software, and training materials for testing and implementation. h. Interface with DISA leadership (DISA GE33, Fort Monmouth, and office of the DISA Chief Information Officer) to assure that Mission Essential Vulnerable Areas (MEVA) are inspected and all systems are physically secured and authorized to meet operational requirements to accomplish DISA GE33 mission. Assure certification of all equipment for networking, security and communications for both the DISANet and NIPRNet. Provide Information Assurance oversight to meet standards set by DISA network Security Office. <h4>Responses</h4> Responses to this RFI are to be submitted by e-mail to Matthew.Cassady@disa.mil and RECEIVED by COB 30 July 2009. Responses must be single-spaced, Times New Roman, 12 point font, with one inch margins, and compatible with MS Office Word 2003. 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. Please be advised that all submissions become Government property and will not be returned. All government and contractor personal reviewing RFI responses will have signed non-disclosure agreements and understand their responsibility for proper use and protection from unauthorized disclosure of proprietary information as described 41 USC 423. The Government shall not be held liable for any damages incurred if proprietary information is not properly identified. <h4>Points of Contact</h4> Contracting Officer: Steven W. Francoeur Phone: 618-229-9672 E-Mail: steven.francoeur@disa.mil Contract Specialist: Matthew Cassady Phone: 618-229-9713 E-Mail: Matthew.Cassady@disa.mil
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DISA/D4AD/DITCO/IT002200/listing.html)
- Record
- SN01885555-W 20090725/090724000626-0adddacc9277efea32d9bc0b7fc2ba9d (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 |