Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 15, 2015 FBO #5013
SPECIAL NOTICE

D -- Application Product Line Enterprise Services

Notice Date
8/13/2015
 
Notice Type
Special Notice
 
NAICS
541512 — Computer Systems Design Services
 
Contracting Office
Department of Homeland Security, United States Coast Guard (USCG), Commanding Officer, USCG Operations Systems Center, 600 Coast Guard Drive, Kearneysville, West Virginia, 25430, United States
 
ZIP Code
25430
 
Solicitation Number
HSCGG3-15-P-APLES
 
Archive Date
9/12/2015
 
Point of Contact
Kristi L. Durbin, Phone: 3044333328
 
E-Mail Address
Kristi.L.Durbin@uscg.mil
(Kristi.L.Durbin@uscg.mil)
 
Small Business Set-Aside
N/A
 
Description
The Coast Guard Command, Control, Communications, and Information Technology Service Center (C4IT SC) Procurement and Contracting Division, in support of the Coast Guard Operations Systems Center (OSC), intends to award a sole source, hybrid fixed-price and time and material (T&M) task order (TO) with DMI, Inc. for application product lines enterprise services (APLES) in support of OSC, located in Kearneysville, WV and the CG Finance Center located in Chesapeake, VA. APLES services include the full range of software engineering services required to provide full lifecycle support (including design, development, implementation, operation, maintenance, and enhancement) for USCG enterprise applications supporting the six DHS and USCG product lines (Finance, Human Resources, Vessel Tracking Applications, Logistics, Operations, and Enterprise Information Services.) These services support five of the Coast Guard's strategic missions (Protection of Natural Resources, National Defense, Maritime Safety, Maritime Mobility, and Maritime Security). The proposed TO will be awarded under DHS EAGLE II Indefinite Delivery Indefinite Quantity (IDIQ) contract # HSHQDC-13-D-E2083, Functional Category 1, 8(a) Business Track. The TO is necessary to "bridge" the period between the final APLES TO option period expiring on December 31, 2015 and the anticipated time necessary to award the follow-on APLES II vehicle. The proposed period of performance for the "bridge" TO is a base period of 8 months (Jan 1, 2016 - August 31, 2016), with one (1) four (4) month option period (September 1, 2016 - December 31, 2016), for a potential twelve (12) month period of performance. In July 2014, the C4IT SC initiated a comprehensive multi-phased business and technical assessment to establish and implement a new services based operating model for all C4IT SC Commands. Phase 1 of the assessment was a thorough analysis of OSC operations that began in September 2014. In December 2014 a report was prepared and submitted to the CG Chief Information Officer (CIO). The Phase 1 assessment recommended OSC should undertake a radical transformation of contracting structures, operating model, and internal capabilities to achieve potential cost savings across OSC's infrastructure, application development, and application maintenance landscape. C4IT Senior Leadership and the CG CIO endorsed the strategies identified to move forward in a two year comprehensive transformation roadmap to establish and implement a new services based operating model for the C4IT SC, beginning with OSC. The comprehensive transformation of OSC's new operating model will directly impact the design and construct of the Performance Work Statement (PWS) for the APLES follow-on vehicle (APLES II). The time necessary for restructuring the current PWS to fully implement a services based operating model, determine the appropriate acquisition strategy, prepare the documents necessary to compete and execute the solicitation and award phases for the new APLES II vehicle necessitates issuance of the bridge TO. The appropriate acquisition strategy for APLES II is also dependent on the outcome of the ongoing C4IT business assessments at TISCOM and C3CEN. The purpose of the APLES bridge TO, if executed, will be to ensure the continuity of mission critical application support for mission critical systems and business applications currently being performed for the USCG. These are highly specialized technologies requiring special skills, training, and on the job experience requiring several months to gain the necessary proficiency and competency. DMI holds all required certifications and clearances, and is familiar with the technical and ITSEC complexities of both the OSC and the Finance Center. DMI provides the USCG with complex services in the DoD IT environment with stringent specific subject matter expertise in software development as well as operations and maintenance application support services. Many of these functions are USCG domain specific, and further all require full compliance with Information Technology Security (ITSEC) policies including clearances and DoD 8570 certifications. DoD 8570 requires that all personnel using DoD resources achieve a basic computer security credential, which must be completed within 30 days of contract staff arriving at the OSC, and which also must be renewed annually. Privileged users, which include most of DMI's current contract staff, must complete advanced computer security training, the purpose of which is to: • Prevent theft of or damage to government hardware • Prevent theft of or damage to government proprietary and secure information • Prevent disruption of services for mission essential functions • Maintain secrecy and integrity of USCG Information Systems • Prohibit denial of service of USCG Information Systems USCG systems at OSC maintain personal privacy and sensitive government information. Any unauthorized access of this information to foreigners, criminals, and people with ill-intent would damage the reputation of the USCG and the U.S. Government and could cause financial harm to those whose privacy information might be disclosed. The DoD 8570 training and certification ensures that the contractor's personnel (contract staff) that perform the APLES services supporting CG enterprise-wide applications are properly trained and abide by the most current security regimen. Competing this requirement and awarding to other than the incumbent contractor, DMI, Inc., could result in substantial delays and potential disruption of mission critical services. There is high risk that critical cyber security vulnerabilities and potential disruption of mission critical systems and business applications could directly and immediately impact the entire CG workforce. The C4IT SC Procurement and Contracting Division intends to negotiate this TO with DMI, Inc., precluding the fair opportunity process in accordance with FAR 16.505(b)(2)(B)(ii)-only one awardee is capable of providing the supplies or services required at the level of quality required because the supplies or services ordered are unique or highly specialized. The statutory authority permitting an exception to fair opportunity is 10 U.S.C. 2304(c)(1). THIS NOTICE IS NOT A REQUEST FOR A COMPETITIVE QUOTE. This notice is to advise Industry of the Government's plan of action and the necessity of issuing a "bridge" TO. Any response to this notice must be submitted in writing to the Government and show clear and convincing evidence that another source is capable of meeting the Government's requirements for these highly specialized services and that competition of the requirement for interim services would be advantageous to the Government. If no written responses are received at least fifteen (15) days after the publication of this response, awarding of the "bridge" TO will be initiated without further notice. Questions and comments pertaining to this procurement shall be emailed to Kristi. L. Durbin@uscg.mil, Contract Specialist, or to Kathy.P.Klein@uscg.mil, Contracting officer.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/COUSCGOSC/HSCGG3-15-P-APLES/listing.html)
 
Place of Performance
Address: 408 Coast Guard Drive, Kearneysville, West Virginia, 25430, United States
Zip Code: 25430
 
Record
SN03838168-W 20150815/150814000149-e1369434df25cfe3079b7ddc4efce58b (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.