SOURCES SOUGHT
D -- Enterprise Information Technology Operations Services - Performance Work Statement
- Notice Date
- 3/5/2010
- Notice Type
- Sources Sought
- NAICS
- 541513
— Computer Facilities Management Services
- Contracting Office
- Other Defense Agencies, Washington Headquarters Services, WHS, Acquisition and Procurement Office, Acquisition and Procurement Office, Rosslyn Plaza North, Suite 12063, 1155 Defense Pentagon, Washington, District of Columbia, 20301-1155, United States
- ZIP Code
- 20301-1155
- Solicitation Number
- 10EN220-053
- Point of Contact
- Patricia A. Watson, Phone: 7036964099, David L. Price, Phone: 7036963970
- E-Mail Address
-
patricia.watson@whs.mil, David.Price@whs.mil
(patricia.watson@whs.mil, David.Price@whs.mil)
- Small Business Set-Aside
- N/A
- Description
- Draft Environment Document DD254 Draft PWS This is a Sources Sought notice. This is NOT a solicitation for proposals, proposal abstracts, or quotations. The Department of Defense (DoD), Washington Headquarters Services (WHS), Acquisition and Procurement Office (A&PO) is issuing this notice to obtain information to assist us in determining the appropriate acquisition method and contract type to procure enterprise solutions for information technology (IT) services for Office of the Secretary of Defense (OSD) supported organizations, that improve existing services resulting in a stable and secure enterprise IT network which meets the functionality, speed, and capacity expectations of Office of the Secretary of Defense (OSD) end users while complying with Department of Defense (DoD) and Federal rules and regulations. To this end, we are seeking information regarding (1) the availability, capability and capacity of qualified small business concerns (in all categories) under the North American Industry Classification System (NAICS) code 541513 with a size standard of $25.0 million; (2) comments/recommendations to improve the draft performance work statement and environment document; and (3) responses to specific questions. The specific objectives of this acquisition are to: (1) satisfy OSD customer needs for secure, accessible and stable IT support; (2) exceed established operational service level agreements; (3) maintain the OSD networks by capitalizing on industry best practices and innovation; and (4) implement IT management best practices described in the Information Technology Infrastructure Library version 3 (ITIL v3), the Project Management Body of Knowledge (PMBOK), and the Capability Maturity Model Integration (CMMI). The contractor(s) will be required to provide management, labor, tools, supplies, and materials required to provide Information technology (IT) services and support for customers and organizations supported by the OSD at classification levels up to Top Secret/ Sensitive Compartmented Information (TS/SCI). The contractor(s) will provide IT support for current and evolving IT requirements in classified and unclassified environments, providing and maintaining connectivity, computing, operations and maintenance, core IT support and performance monitoring services across the OSD IT enterprise in an environment that is dynamic and continually evolving. The anticipated total period of performance for this requirement is three years to commence in July 2010 (a base period with options to extend the term up to a total of three years). The estimated total number of users is 6,500 (to be phased in within the first 12 months), the majority of which are located within the National Capital Region (NCR), primarily at the Pentagon. INFORMATION SUBMISSION INSTRUCTIONS: Interested contractors should submit a tailored capability statement for this requirement not to exceed seven (7) single sided pages including all attachments, charts, etc. (single spaced, 11 point font minimum) that clearly details the firm’s ability to perform the aspects of the notice described above and in the draft PWS. Tailored capability statements should also include an indication of current small business status; this indication should be clearly marked on the first page of your capability statement (preferable placed under the eligible small business concern’s name and address) as well as the eligible small business concern’s name, point of contact, address and Cage Code. Tailored Capability Statements are to demonstrate a clear understanding of all tasks specified in the draft Performance Work Statement (PWS). Tailored Capability Statements for this requirement shall address the following areas: •Specific and relevant experience and expertise to perform the requirements; •Ability to perform the requirements at an acceptable level of quality within cost, schedule, and performance metrics; •Demonstrated understanding of requirement; •Your level of interest in this requirement (e.g., as a prime, subcontractor, or joint venture partner). •Facilities security clearance; any proposed prime contractor must possess an active Top Secret Facilities clearance In addition, please provide comments/recommendations regarding the draft performance work statement and environment document (no page limit): 1. How can we improve the draft performance work statement and environment document to minimize risk based upon the intent to maximize firm fixed pricing? 2. What is a reasonable transition timeframe with incumbent contractors? 3. Should the Government hold an industry day conference (pre-solicitation and/or pre-proposal conference)? If so, why? 4. Which tasks can be performed off site, not in Government facilities? 5. Which tasks are not suitable to be firm fixed priced and why? 6. What contract line item structure do you recommend to maximize flexibility and scalability but preserve the competitive environment? 7. Are there any known or potential organizational conflicts of interest? 8. What problems or concerns do you envision during contract performance? 9. What recommendations do you have regarding proposal submission requirements (including page limitations), oral presentations, and evaluation factors (e.g., relevant corporate experience, key personnel, past performance)? 10. What are the key labor categories and skill sets required to achieve the Government’s objectives? All responses to this SOURCES SOUGHT notice must be submitted electronically (via e-mail) to Patricia Watson, Contract Specialist, at patricia.watson@whs.mil in Adobe Portable Document Format (PDF). The e-mail subject line must specify 10EN220-053. Facsimile responses will not be accepted. COMMON CUT-OFF TIME/DATE: Electronically submitted tailored capability statements are due no later than 3:00PM (Eastern Prevailing Time) on 15 MAR 2010. CAPABILITY STATEMENTS RECEIVED AFTER THIS DATE AND TIME WILL NOT BE CONSIDERED. DISCLAIMER AND IMPORTANT NOTES: This Sources Sought Notice is for information and planning purposes only and shall not be construed as a solicitation or as an obligation on the part of the Government. This notice does not obligate the Government to award a contract or otherwise pay for the information provided in this response. The Government reserves the right to use information provided by respondents for any purpose deemed necessary and legally appropriate. Any concern responding to this notice should ensure that its response is complete and sufficiently detailed to allow the Government to determine the concern’s qualifications to perform the work. Respondents are advised that the Government is under no obligation to acknowledge receipt of the information received or provide feedback to respondents with respect to any information submitted. After a review of the responses received, a pre-solicitation synopsis and solicitation may be published in Federal Business Opportunities. However, responses to this notice will not be considered adequate responses to a solicitation. The Government will NOT accept requests for meetings or briefings, but may hold an industry day conference at a later date. No phone solicitations or email with regards to the status of the Request for Proposal (RFP) will be accepted prior to its release. Information and materials submitted in response to this notice WILL NOT be returned. A determination by the Government not to compete this requirement as a set-aside based upon responses to this Notice is solely within the discretion of the Government. Interested parties are expected to review this Notice and the draft documents to familiarize themselves with the requirements of this project; failure to do so will be at your firm’s own risk. The Government does not intend to award a contract on the basis of responses received nor otherwise pay for the preparation of any information submitted. As a result of this Notice, the Government may issue a Request for Proposal (RFP). THERE IS NO SOLICITATION AVAILABLE AT THIS TIME. However, should such a requirement materialize, no basis for claims against the Government shall arise as a result of a response to this Sources Sought Notice or the Government’s use of such information as either part of our evaluation process or in developing specifications for any subsequent requirement. CONFIDENTIALITY: No proprietary, classified, confidential, or sensitive information should be included in your response. The Government reserves the right to use any non-proprietary technical information in any resultant solicitation(s). ATTACHMENTS: • Draft Performance Work Statement (PWS) • Draft Security Classification Form (DD 254) • Draft Environment Document POINTS OF CONTACT: Please address any questions to Ms. Patricia Watson per the contact details below: Patricia Watson, WHS A&PO Contract Specialist Phone 703-696-4099 / Email: patricia.watson@whs.mil Sherry Freeman, Director, Small Business Programs Phone 703-696-3964 / Email: Sherry.Freeman@whs.mil David Price, WHS A&PO Contracting Officer Phone 703-696-3970 / Email: david.price@whs.mil
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/ODA/WHS/REF/10EN220-053/listing.html)
- Place of Performance
- Address: National Capital Region, United States
- Record
- SN02084230-W 20100307/100305235235-1e49823e4ac1a2c75a91f7dbd79dd5e9 (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 |