SOLICITATION NOTICE
D -- Proprietary Security Manager Enterprise System Annual License Maintenance
- Notice Date
- 4/25/2014
- Notice Type
- Presolicitation
- NAICS
- 541512
— Computer Systems Design Services
- Contracting Office
- Department of Commerce, Office of the Secretary, Commerce Acquisition Solutions, Office of the Secretary, 14th & Constitution Avenue NW, Room 6521, Washington, District of Columbia, 20230
- ZIP Code
- 20230
- Solicitation Number
- DOC-CAS--SOLESOURCE--00173
- Point of Contact
- Mario D. Gray, Phone: 2024820577
- E-Mail Address
-
mgray@doc.gov
(mgray@doc.gov)
- Small Business Set-Aside
- N/A
- Description
- I. INTRODUCTION: THIS IS A PRE-SOLICITATION NON-COMPETITIVE (NOTICE OF INTENT) SYNOPSIS TO AWARD AN ORDER WITHOUT PROVIDING FOR FULL AND OPEN COMPETITION. The Department of Commerce (DOC), Office of the Secretary (OS), Office of Acquisition Management (OAM), Commerce Acquisition Solutions (CAS), on behalf of the Office of Security (OSY), intends to negotiate and award a contract, without providing for full and open competition, to the CENTECH Group, Inc. (CENTECH) for Proprietary Security Manager Enterprise System Annual License Maintenance. II. REGULATORY AUTHORITY: The resultant contract will include all applicable provisions and clauses in effect through the Federal Acquisition Circular (FAC) 2005-72 effective January 30, 2014. This acquisition is conducted under the procedures as prescribed in the FAR Subpart 13.5-Test Program for Certain Commercial Items and the FAR Subpart 12-Acquisition of Commercial Items at an amount exceeding the simplified acquisition threshold ($150,000) and not exceeding $6.5 million. III. STATUTORY AUTHORITY: This acquisition is conducted under the authority of 41 U.S.C. 253(c)(1) under provisions of the statutory authority of the FAR Subpart 6.302-1 Only one responsible source and no other supplies or services will satisfy agency requirements. IV. NORTH AMERICAN INDUSTRY CLASSIFICATION SYSTEM (NAICS) CODE: The intended procurement is classified under NAICS Code 541512: Computer Systems Design Services, with a Size Standard of $25.5 Million. V. BACKGROUND: The OSY located in the DOC Headquarters in the Herbert Clark Hoover Building (HCHB) located in Washington, D.C., provides policies, programs and oversight as it collaborates with: 1. Facility managers to reduce the terrorism risks to department facilities; 2. Program managers to reduce the espionage risks to department facilities; and, 3. Department and bureau leadership to increase emergency preparedness for department operations. VI: OBJECTIVE & PURPOSE: Through the use of CENTECH Proprietary Security Manager Enterprise System Annual License Maintenance, the Government's objective is to maintain a secure environment in which Government employees and citizens can conduct business with confidence. CENTECH currently provides the DOC/OSY with maintenance to the Security Manager Program. The Government's purpose to award a contract to CENTECH is based on the critical need to maintain and enhance the level of security that the Security Manager System provides to the DOC/OSY. The Security Manager System organizes key programs critical to protecting the DOC/OSY, its personnel, and classified and sensitive information against the threat of espionage by Foreign Intelligence Services (FIS). The Security Manager System combines the functional requirements of OSY headquarters and the OSY field offices, and provides Personnel Security (PERSEC), Information Security (INFOSEC), and Foreign National Visitor (FNV) while laying the foundation for an OSY-wide enterprise management system. VII. GOVERNMENT REQUIREMENTS & NEED DESCRIPTION: The contractor shall provide the proprietary services as follows: 1) Annual License Maintenance for the PERSEC, INFOSEC and FNV modules, which entitle the client to receive software updates that address reported defects and enhancements funded by the DOC or other entities. 2) Necessary personnel, direction, material, equipment, and services to perform the maintenance of the Security Manager system as required. 3) Systems engineering and technical support for Security Manager Enterprise applications and infrastructure, as well as technical and management expertise in Microsoft.NET development platforms using SQL 2005/2008 database environments and IIS 7.0 Web front end development. 4) Mature program management procedures that reduce or eliminates the transition period from one contract to another. 5) Maintains the SecurityManager security controls to be in accordance with NIST SP 800-53 for moderate and high risk systems. This is the extent to which we support the current security and C&A posture of the SecurityManager deployment at the DOC. 6) Installing any required software updates for the Security Manager System infrastructures. 7) Consulting and limited end user support for the Security Manager System infrastructure. 8) Resources for Security Manager System infrastructure updates and upgrades, system migrations, patch applications, infrastructure as well as analysis and recommendations for proposed future infrastructure enhancements, updates and upgrades and/or mission system infrastructure replacements. 9) Working closely with the system owners and stakeholders to ensure that the database infrastructure continues to meet the needs of Security Manager System. 10) SecurityManager system analysis and engineering support for the SecurityManager systems database infrastructure and the SecurityManager.NET Framework front end infrastructure. 11) Application of database software updates as they become available in accordance with our test plans. 12) Implementation of new Microsoft SQL Server releases to include any necessary code and structure modification required for compatibility. 13) Maintenance of code backups for SecurityManager.NET Framework front end web system. 14) Utilize the latest Microsoft.NET Framework development platform and ensure that the.NET Framework Web interface is updated to the latest.NET framework revision within 12 months of release. 15) Implementation of changes under standard change control and release management processes to ensure that any potential downtime will not impact users with the standard business hours of 7:00 a.m. to 6:00 p.m., Monday through Friday. 16) Manage security of databases and corporate data held within databases. 17) Maintenance of DTS packages and SQL scripts. 18) Development of code fixes for any errors, flaws, mistakes, failures, or faults in the SecurityManager system that prevents it from behaving as intended. VIII. PERIOD OF PERFORMANCE & CONTRACT TYPE: Base Year May 1, 2014 through April 30, 2015 Option Year I May 1, 2015 through April 30, 2016 Option Year II May 1, 2016 through April 30, 2017 Option Year III May 1, 2017 through April 30, 2018 Option Year IV May 1, 2018 through April 30, 2019 The Government intends to award a Firm-Fixed-Price Contract. IX: OTHER IMPORTANT CONSIDERATIONS: The DOC/OSY has spent considerable money over the past ten (10) years with CENTECH on maintenance and enhancements to the current Security Manager Enterprise System, making it a comprehensive and robust security tool customized, by CENTECH, to the DOC/OSY's unique needs. Award to CENTECH is necessary so that the DOC/OSY can: 1) Receive the benefits of the substantial time, effort and money already invested in the Security Manager Enterprise System; and, 2) Avoid substantial duplication of costs to the Security Manager Program. X. CONTRACTING WITHOUT PROVIDING FOR FULL OR OPEN COMPETITION: The determination by the government to award a contract without providing for full and open competition (including brand-name) is based upon market research conducted as prescribed in FAR Part 10-Market Research, specifically the review and evaluation of responses received to the sources sought notice disseminated through Federal Business Opportunities on March 28, 2014. The results of the market research concluded that there are no other companies with the capability of providing Security Manager Enterprise System Maintenance. The intended acquisition is hereby conducted under the authority of the FAR 6.302-1 because only one responsible source (contractor-CENTECH) will satisfy agency requirements. Therefore, no other supplies or services from another contractor will satisfy agency requirements. Consideration of contractors will be restricted because only one source, CENTECH, is capable of responding and meeting the Government's requirements due to the unique and specialized nature of the work. The software being acquired was developed by CENTECH and is proprietary to the Company. Further, CENTECH, has not approved any reseller(s) of its proprietary software for either the acquisition of the software or for purposes performing any maintenance in connection with that proprietary software. Thus, CENTECH Proprietary Security Manager Enterprise System Annual License Maintenance is the only service which possesses the elements and features essential to meet the Government's requirements. XI. CONCLUSION: This notice is not a request for competitive bids, quotes or proposals. However, interested parties may identify their interest and capability to respond to this notice. Responses to this notice shall contain sufficient information to establish the interested parties' bona-fide capabilities for fulfilling the Government's requirements and include: 1) all pertinent technical; 2) price information, i.e. unit price, list price, shipping and handling costs; 3) the delivery period after contract award, if applicable; 4) the prompt payment discount terms; 5) the F.O.B. Point (Destination or Origin); 6) the Dun & Bradstreet Number {Data Universal Numbering System (DUNS) Number; 7) the Taxpayer Identification Number (TIN); and, 8) the certification of business size. All interested parties must have an active registration in the System for Award Management (SAM) https://www.sam.gov A determination by the Government not to compete this proposed contract based upon responses to this notice is solely within the discretion of the Government. The responses received, if any, will normally be considered solely for the purposes of determining whether the Government continues to proceed on a non-competitive basis or to conduct a competitive procurement. All responses must reference the identifier code as follows: DOC-CAS--SOLESOURCE--00173. All responses must be submitted electronically to the Contract Specialist, Mario Gray, using the e-mail address as follows: MGray@doc.gov, and, by the closing date and time of this notice. Fax responses will not be accepted.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/OS/OAM-OSBS/DOC-CAS--SOLESOURCE--00173/listing.html)
- Place of Performance
- Address: CONTRACTOR'S LOCATION: CENTECH'S SITE, United States
- Record
- SN03348799-W 20140427/140425234134-4f97d19e7d34e5b1056d1a9a4cd1627c (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 |