Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF OCTOBER 01, 2015 FBO #5060
SOURCES SOUGHT

D -- Command, Control, Communications & Protection, Ashore, Public Safety Network (PSNet) Information Technology (IT) Solutions and Services. - Sources Sought

Notice Date
9/29/2015
 
Notice Type
Sources Sought
 
NAICS
541512 — Computer Systems Design 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
MAC0110
 
Archive Date
10/23/2015
 
Point of Contact
John Schiffhauer, Phone: 6182299481
 
E-Mail Address
john.schiffhauer.civ@mail.mil
(john.schiffhauer.civ@mail.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Sources Sought MAC 0110 uploaded as well. SOURCES SOUGHT ANNOUNCEMENT MAC 0110 The COMMANDER, NAVY INSTALLATIONS COMMAND (CNIC), is seeking sources for Command, Control, Communications & Protection (C3P) Ashore (N61) Public Safety Network (PSNet) Information Technology (IT) Solutions and Services. CONTRACTING OFFICE ADDRESS: DISA/DITCO-SCOTT-PL83 2300 EAST DRIVE SCOTT AFB IL 62225-5406 Questions regarding this announcement shall be submitted in writing by e-mail to John Schiffhauer, Contract Specialist, John.P.Schiffhauer.civ@mail.mil, phone: 618-229-9481. Verbal questions will NOT be accepted. Questions will be answered by posting answers to Federal Business Opportunities website; accordingly, questions shall NOT contain proprietary or classified information. The Government does not guarantee that questions received after 4:00 PM Eastern Daylight Time (EDT) October 8, 2015 will be answered. INTRODUCTION: This is a SOURCES SOUGHT TECHNICAL DESCRIPTION to determine the availability and technical capability of small businesses (including the following subsets, Small Disadvantaged Businesses, HUB Zone Firms; Certified 8(a), Service-Disabled Veteran-Owned Small Businesses and Woman Owned Small Business) to provide the required products and/or services. The Commander, Navy Installations Command is seeking information for potential sources to provide technical, analytical and equipment-related IT support services required to achieve CNIC's mission critical Protection Ashore, Public Safety/Anti-Terrorism (ATFP), and Emergency Management missions, functions, and requirements (both NIPR and SIPR). This includes the management of CNIC's enterprise network environment, which is the Public Safety Network (PSNet), a Global Information Grid-compliant network built upon Multiprotocol Label Switching (MPLS) technology. PSNet is a specific network dedicated to providing end-to-end support of Life and Safety Command Control (C2) applications and systems for Navy installation first responders including: Real-time delivery of radio voice Enterprise Land Mobile Radio (ELMR), surveillance video Virtual Perimeter Monitoring Systems (VPMS), sensor and alarm data (Navy Emergency Response Management Systems (NERMS), Consolidated Emergency Response System (CERS), Base Telecommunications Infrastructure (BTI), and Wide Area Communications Network (WACN); Smart Grid transport including delivery of advanced meter data Advanced Metering Infrastructure (AMI), Supervisory Control and Data Acquisition (SCADA) data, and Industrial Control Systems (ICS); Disaster Recovery and Continuity of Operations (COOP); Connectivity to entry control points, Pass & ID, Local Dispatch Center (LDC), Regional Dispatch Center (RDC), Regional Operation Center (ROC), and Emergency Operation Center (EOC) in support of Automated Vehicle Gates (AVG) programs; Command, Control, Communications, Computers & Intelligence (C4I Suite), allowing regional commanders to gather information, gain situational awareness and exercise control over forces across the entirety of the Force Protection and Emergency Management timelines; Giant Voice, mass warning and notification system at Navy installation s. Giant Voice consists of exterior and interior speakers and sirens to broadcast emergency communications to the Navy community within its jurisdiction; and for the integration of physical security and Chemical, Biological, Radiological, Nuclear and Enhanced Conventional Weapons (CBRNE) into a single interoperable network. This support provides for IT solutions and support services, including technical, analytical and equipment procurement/installation (e.g., Defense Information Systems Agency (DISA) circuits to provide base-to-base connectivity) in support of the mission-critical Protection Ashore, Public Safety/ATFP, and Emergency Management Operations/Programs cited above. DISCLAIMER: THIS SOURCES SOUGHT IS FOR INFORMATIONAL PURPOSES ONLY. THIS IS NOT A REQUEST FOR PROPOSAL. IT DOES NOT CONSTITUTE A SOLICITATION AND SHALL NOT BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT. RESPONSES IN ANY FORM ARE NOT OFFERS AND THE GOVERNMENT IS UNDER NO OBLIGATION TO AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCEMENT. NO FUNDS ARE AVAILABLE TO PAY FOR PREPARATION OF RESPONSES TO THIS ANNOUNCEMENT. ANY INFORMATION SUBMITTED BY RESPONDENTS TO THIS TECHNICAL DESCRIPTION IS STRICTLY VOLUNTARY. CONTRACT/PROGRAM BACKGROUND: Contract Number: GS-06F-0621Z/HC1028-13-F-0245 Contract Type: (FFP) Incumbent and their size: (ECS Federal, Large Business)(initially the tasking was solicited and awarded as a small business, that company was later absorbed by ECS Federal, which is a large business). Method of previous acquisition: (Total Small Business Set Aside) Description of the current program/effort. The mission of the CNIC Chief Information Officer (CIO), Code N6, is to execute Department of Navy and Navy Chief Information Officer policies and programs and to provide IT services required to support the mission of the Command. The CNIC N6 organization is tasked to provide an integrated framework of technology aimed at efficiently performing the business of CNIC. The CNIC N6 organization manages all aspects of the systems, and the supporting infrastructure, providing critical systems and infrastructure support enterprise wide. CNIC N61 is responsible for C3P Ashore and headquarters (HQ) activities with significant participation or impact. These mission critical activities include, but are not limited to, the Defense Readiness Reporting System, Joint Basing, Public Safety related initiatives (e.g., Crisis Action Teams, ROCs, and EOCs. CNIC N61 ensures HQ IT priorities and directives are communicated and managed across the enterprise. CNIC N61 engages all regional chief information officers to provide quarterly performance reviews on their priorities, as well as coordinates projects across regions, commands, and services to effectively share information and deploy standard technology solutions. To ensure that CNIC remains in the forefront of technology without interruption of services, IT services and solutions are required by CNIC N61 to support the needs of CNIC, regional CIOs, and external Program Owners (e.g., Naval Facilities Engineering Command (NAVFAC), U.S. Marine Corps (USMC), U. S Air Force (USAF), U. S. Army Corp of Engineers (USACE), and Missile Defense Agency (MDA)). Anticipated Time Frame: October 2016 (base year plus 2 optional option years) Place of Performance. CNIC's C3P Ashore services are distributed across approximately 167 locations of which approximately 45 are OCONUS locations to include remote locations such as Diego Garcia, Iwakuni, Okinawa, Yokosuka, Sasebo, Atsugi and other locations in Japan, Korea, Guam (Marianas), Singapore, ISA Air Base (Bahrain), Camp Lemonier Djibouti (Horn of Africa), Guantanamo Bay, Cuba, Poland and NSF Deveselu (Romania). The vendor must support all locations as part of this solicitation. There is a primary Network Operations Center (NOC) at the Washington Navy Yard. REQUIRED CAPABILITIES: Experience supporting global Department of Defense network installations with the same size and scope of operations as the C3P Ashore Public Safety Network. Detect, identify and provide Tier I triage within two hours, provide Tier II/III issue resolution to location in 24 hours. Experience and knowledge supporting and integrating Land Mobile Radio Systems from major commercial vendors (e.g., Motorola and Harris) on a global level. Experience deploying staff to perform technical subject matter expert network services both CONUS and OCONUS with multiple teams deployed concurrently. Demonstrate successful knowledge in integrated logistics and asset management both CONUS and OCONUS for service-life management of network and server equipment including the Defense Logistics Agency (DLA) Disposition process. Demonstrate knowledge with inter-service, multi-agency collaboration for the stand-up of new installations in OCONUS locations involving critical infrastructure installation and configuration as it relates to the core enterprise services. Demonstrate Software Development incorporating geospatial data utilizing a Capability Maturity Model (CMM) Level 3 development process in a classified computing environment specifically Secret Internet Protocol Router Network (SIPRNet). Demonstrate knowledge and ability with successful outcomes of the Cyber Security Inspection process conducted by FLTCYBERCOM (FCC) Office of Compliance & Assessment (OCA) on behalf or by DISA under the direction and authority of USCYBERCOM as it relates to compliance for DoD networks of similar size and complexity as CNIC's PSNet. Demonstrate 24/7/365 global NOC support to include Continuity of Operations Planning (COOP) and stand up of alternative NOC at a contractor furnished location. Demonstrate knowledge and ability in running a detailed configuration management process for a global enterprise network environment to include Architecture Review Board, Configuration Change Board and full configuration management process components. SPECIAL REQUIREMENTS All staff must hold a secret clearance to perform on contract. DoD 8570 certified workforce supporting operating environments at a minimum of Mission Assurance Category (MAC) level 2Navy Risk Management Framework Experience The following certifications must be maintained: •· Technical: Information Assurance Technician (IAT) Level 3 certification. •· IA Management: Information Assurance Management (IAM) Level 3 certification. Must hold a Program Management Professional (PMP) certification for program management office representatives. Must be ISO 9001 and 20000 certified. ISO 27000 certification is also preferred. Must be at least a Capability Maturity Model Integration ( CMMI) Level 3 certified software development organization. Managers, Engineers, Technicians, Administrators/Privileged Users The following certifications must be maintained: •· Enterprise IAT Level 3 certification •· Network IAT Level 2 •· Systems IAT Level 1 SOURCES SOUGHT: The anticipated North American Industry Classification System Code (NAICS) for this requirement is 541512, with the corresponding size standard of $27.5 million. This Sources Sought Synopsis is requesting responses to the following criteria from small businesses that can provide the required services under the NAICS Code. To assist CNIC in making a determination regarding the level of participation by small business in any subsequent procurement that may result from this Sources Sought, you are also encouraged to provide information regarding your plans to use joint venturing (JV) or partnering to meet each of the requirements areas contained herein. This includes responses from qualified and capable Small Businesses, Small Disadvantaged Businesses, Service Disabled-Veteran Owned Small Businesses, Women-owned Small Businesses, HUB Zone Small Businesses, and 8(a) companies. You should provide information on how you would envision your company's areas of expertise and those of any proposed JV/partner would be combined to meet the specific requirements contained in this announcement. In order to make a determination for a small business set-aside, two or more qualified and capable small businesses must submit responses that demonstrate their qualifications. Responses must demonstrate the company's ability to perform in accordance with the Limitations on subcontracting clause (FAR 52.219-14). SUBMISSION DETAILS: Responses should include: •1) Business name and address; •2) Name of company representative and their business title; •3) Type of Small Business; •4) Cage Code; •5) Contract vehicles that would be available to the Government for the procurement of the product and service, to include ENCORE II, General Service Administration (GSA), GSA MOBIS, NIH, NASA SEWP, Federal Supply Schedules (FSS), or any other Government Agency contract vehicle. (This information is for market research only and does not preclude your company from responding to this notice.) Vendors who wish to respond to this should send responses via email NLT 4:00 PM Eastern Daylight Time (EDT) October 22, 2015 to gil.ward@navy.mil, allison.grills@navy.mil, and John.P.Schiffhauer.civ@mail.mil. Interested businesses should submit a brief capabilities statement package (no more than five (5) pages) demonstrating the ability to perform the services listed in this Technical Description. Documentation should be in bullet format. 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/MAC0110/listing.html)
 
Place of Performance
Address: CNIC's C3P Ashore services are distributed across approximately 167 locations of which approximately 45 are OCONUS locations to include remote locations such as Diego Garcia, Iwakuni, Okinawa, Yokosuka, Sasebo, Atsugi and other locations in Japan, Korea, Guam (Marianas), Singapore, ISA Air Base (Bahrain), Camp Lemonier Djibouti (Horn of Africa), Guantanamo Bay, Cuba, Poland and NSF Deveselu (Romania). The vendor must support all locations as part of this solicitation. There is a primary Network Operations Center (NOC) at the Washington Navy Yard., United States
 
Record
SN03908607-W 20151001/150930000136-154fcfcb143b11378bfdf586e9079270 (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.