SOURCES SOUGHT
D -- Net-centric Requirements, Assessments & Analysis
- Notice Date
- 10/6/2009
- Notice Type
- Sources Sought
- NAICS
- 541712
— Research and Development in the Physical, Engineering, and Life Sciences (except Biotechnology)
- 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
- RFINETCENTRIC
- Archive Date
- 10/28/2009
- Point of Contact
- Lindsey J Mitchell, Phone: 6182299625
- E-Mail Address
-
lindsey.mitchell@disa.mil
(lindsey.mitchell@disa.mil)
- Small Business Set-Aside
- N/A
- Description
- Request for Information (RFI) for Defense Information Systems Agency (DISA) Net-centric Requirements, Assessments & Analysis <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 Defense Information Systems Agency (DISA), GE333 Net-Centric Requirements, Assessments & Analysis Directorate, Falls Church, Va, is conducting this Request for Information (RFI) as market research to determine sources with competencies to promote information assurance by supporting t he Net-Centric Requirements, Assessments & Analysis program. The support being identified will be provided to a subordinate DISA organization located at Falls Church, Va. The Branch (GE333) consists of 20 government personnel and contractors that are a part of the DISA Systems Engineering Center (GE3). The Systems Engineering Center's principal mission and functions center on providing architecture, systems engineering, IT Standards, modeling and simulation analysis, and Global Information Grid (GIG) enterprise engineering for DISA programs and its customers The objective of this effort is to obtain contractor support of GE333 in the implementation of an assigned mission to manage and conduct Joint Information Technology (IT) and National Security Systems (NSS) Interoperability Assessments, Test, and Evaluation Program in collaboration with other DoD components. Contractor will ensure a high level of support that focus on the conduct, maintenance, and evolution of the Joint C4I Program Assessment Tool -Empowered (JCPAT-E) family of systems and the web based DoD wide processes that provides direct support of Interoperability and Supportability Assessment, Analysis, and Certifications by the JS J6 for JCIDS (J8) documents and Information Support Plan (OASDNII) acquisition document requirements outlined in DoD, Joint and DISA policies. THE GOVERNMENT DOES NOT INTEND TO AWARD A CONTRACT ON THE BASIS OF THIS RFI OR REIMBURSE ANY COSTS ASSOCIATED WITH THE PREPARATION OF RESPONSES TO THIS RFI. This RFI is issued solely for information and planning purposes and does not constitute a solicitation. All information received in response to this RFI marked Proprietary will be handled accordingly. Responses to the RFI will not be returned. Whatever information is provided in response to this RFI will be used to assess tradeoffs and alternatives available for determining how to proceed in the acquisition process for DNS Security Support contracts. In accordance with FAR 15.201(e), responses to this RFI are not offers and cannot be accepted by the Government to form a binding contract. This RFI is a request for interested parties to describe their technical capabilities and demonstrated experience with support for DNS Security. All interested contractors are requested to provide written response to the questions below. 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/or small business goal percentages. <h4>Sources Sought:</h4> This Sources Sought Synopsis is requesting responses to the following criteria from small businesses that can provide the required services under the North American Industry Classification System (NAICS) Code 541712. 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, Historically Black Colleges and Universities/Minority Institutions, 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 two or more qualified and capable Small Businesses to provide the aforementioned service. Please note that personnel with current DoD Secret clearances (minimum) and specified personnel with current DoD Top Secret clearance will be required at contract award. 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 541712 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 three years or work that is on-going) and relevant experience (work similar in type, scope, and complexity) to include contract numbers, project titles, dollar amounts, and points of contact with telephone numbers where the responder performed the relevant work. Provide a list of the current contract vehicles your services may be procured from, to include the General Service Administration (GSA), Federal Supply Schedule (FSS) and any other government contract vehicle. 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 15 page statement of their knowledge and capabilities to perform the following: Support the operation and management of the current assessment applications and repositories for Joint Staff J6, OASD (NII), and the US Air Force. Support the daily management, i.e., access control and document registration operations, on SIPRnet and NIPRnet versions of GE333 applications. Provide support necessary to achieve timely staffing, coordination, collaboration, finalization and document security of all assessed IT and NSS documents (JCIDS, ISP, EISP, etc.) processed throughout DoD by the Joint Staff J8/J6 and OASDNII. Provide support in the development of documentation that will focus process improvement, security, database management and administration, publications, Standard Operating Procedures, and application User Guides. This documentation may address integration with other related DISA, Joint Staff, OASD (NII) and USAF support applications. Conduct policy review and technical assessment to ensure GE333 support of Joint Information Technology (IT) and National Security Systems (NSS) Interoperability Assessments, Test, and Evaluation Program's processes and procedures are compliant and supportive of OSD, Joint Staff, and DISA direction and guidance. Coordinate with DoD components to resolve IT and NSS interoperability and supportability issues as a result of its technical review of JCIDs & ISPs documents. Develop documentation and artifacts in support of maintaining and acquiring compliance with DISA's Systems Engineering Dashboard and the DoD Information Assurance Certification and Accreditation Process (DIACAP) process for GE333 tools and applications. Perform maintenance and enhancement functions on GE333 applications. Provide design, development support of GE333 assessment tools and applications. Provide IA related system administration for all system components. Assist in transition of systems to DECC environment. Provide support for presentations, conducting training, and participation in GE333 Configuration Management Process. <h4>Responses:</h4> Responses should include the (1) business name and address; (2) name of company representative and their business title; (3) cost estimate for the technical services described above (broken out by base year and 4 option years); and (4) contract vehicles available that would be available to the Government for the procurement of the product and service, to include General Service Administration (GSA) Federal Supply Schedules (FSS), or any other Government Agency contract vehicle and (5) contract type recommended (FFP, CPFF, CPIF, etc.) to satisfy the requirements for this program. The responses should be in a white paper format, no longer than fifteen (15) pages in length and add one (1) appendix that consists of at least two past performances to include Government points of contact describing the vendor's capabilities. Firms who wish to respond to this should send responses via email NLT 13 October 2009 at 5:00 PM Eastern Daylight Time (EDT). The response should not exceed a 5 MB e-mail limit for all items associated with the RFI response. The responses should be sent to Lindsey Mitchell at lindsey.mitchell@disa.mil. 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.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DISA/D4AD/DITCO/RFINETCENTRIC/listing.html)
- Place of Performance
- Address: TBD, United States
- Record
- SN01981109-W 20091008/091006235229-7c6695be0d1e48c5d5c953d39934aeac (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 |