Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 26, 2017 FBO #5574
SOURCES SOUGHT

D -- Stone Ghost International System - SITE SGIS TO SOR for 120-Day Bridge

Notice Date
2/24/2017
 
Notice Type
Sources Sought
 
NAICS
541519 — Other Computer Related Services
 
Contracting Office
Other Defense Agencies, Virginia Contracting Activity, Virginia Contracting Activity (ZD50), 200 MacDill Boulevard, Post Office Box 46563, Washington, District of Columbia, 20035-6563
 
ZIP Code
20035-6563
 
Solicitation Number
SGIS-NA2
 
Archive Date
3/15/2017
 
Point of Contact
Scott Stoolmiller, Phone: 202-231-8416
 
E-Mail Address
scott.stoolmiller@dodiis.mil
(scott.stoolmiller@dodiis.mil)
 
Small Business Set-Aside
N/A
 
Description
Synopsis: The Virginia Contracting Activity intends to solicit and negotiate a four (4) month bridge contract to continue the performance of services originally acquired under the Solutions for Information Technology Enterprise (SITE) contract HHM402-10-D-0020, Stone Ghost and International Systems (SGIS) Task Order (TO) 0002 (HHM402-10-D-0020/0002). The contemplated 4-month bridge contract will be established under the authority of FAR 6.302-1, only one responsible source and no other supplies or services will satisfy agency requirements. The original SITE SGIS TO was set-aside for Small Business (SB), and solicited from all then-eligible SB SITE awardees, which were given fair opportunity to compete. The SITE SGIS TO was awarded to CenTauri Solutions, LLC, which was acquired, post-award, by Computer Sciences Corporation (CSC), which later became CSRA LLC. The Government intends to solicit and negotiate with CSRA LLC to establish a short-term, bridge contract for the continued performance of mission-critical support services. This will allow time for the finalization of a new Enhanced Solutions for Information Technology Enterprise (ESITE) SGIS TO. A solicitation for the establishment of a new ESITE SGIS TO was issued to all then-eligible SB ESITE awardees, which were given fair opportunity to compete. The solicitation is closed and Source Selection is ongoing. A new ESITE SGIS TO is anticipated in early April 2017. The planned 4-month, 122-day contract (3/1/2017 thru 6/30/2017) will provide for a) the continued performance of mission-critical services and b) an approximate 90-day transition period in which CSRA LLC, the former SITE SGIS incumbent contractor, winds down its performance while a new SB successor (TBD via the ongoing source selection), a new ESITE SGIS contractor, ramps up its performance. The SGIS task order will lapse on 2/28/2017. As discussed herein, the ESITE successor task order is well-along in source selection, but not yet ready for award. Like the original SITE SGIS TO, the subsequent ESITE SGIS TO was also set-aside for SB and was solicited from all then-eligible SB ESITE awardees, which were given fair opportunity to compete. This notice of intent is not a request for competitive proposals, per se; however, any responsible source, which believes itself capable of meeting the requirement, may submit a capability statement or proposal, which shall be considered by the agency, if received by the closing date/time of this notice. A determination not to compete the proposed requirement based upon responses to this notice is solely within the discretion of Government. Description of Supplies or Services: The requirement to replicate the terms and conditions of the expiring SGIS Task Order (on 2/28/2017) will allow the Chief Information Officer (CIO) to continue to provide real-time, international information sharing between Defense Intelligence Agency (DIA), the Joint Intelligence Operations Centers (JIOCs) of the Combatant Commands (COCOMs) and the United States' Commonwealth Partners in the Global War on Terror (GWOT). Services required to be performed are listed as follows: - Central Management Office (CMO) and - International Systems Support (ISS) - Integration of Services and infrastructure - Operations and Maintenance Support - Content, Web Services and Knowledge Management - Security Support - Configuration Management - Training, Market and Office Support - International Regional Integration - Surge Support
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/ODA/DIA/ZD50/SGIS-NA2/listing.html)
 
Place of Performance
Address: The Place of Performance is in various CONUS and OCONUS locations. All work is at TS/SCI Level. The projected cost for this four-month extension is $1.4M., Washington, District of Columbia, 20340, United States
Zip Code: 20340
 
Record
SN04413536-W 20170226/170224234007-26b2bc453a37f192ae64d5613ab2d366 (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.