SOURCES SOUGHT
D -- IT and Telecommunication Services - Package #1
- Notice Date
- 9/6/2017
- Notice Type
- Sources Sought
- NAICS
- 541513
— Computer Facilities Management Services
- Contracting Office
- Department of the Air Force, Direct Reporting Unit - Air Force District of Washington, Acquisition Division, AFDW/PK, 1500 W. Perimeter RD. Suite 5750, Joint Base Andrews, Maryland, 20762, United States
- ZIP Code
- 20762
- Solicitation Number
- FA7014-17-A9ITSVS
- Archive Date
- 10/7/2017
- Point of Contact
- Roger T. Brown, Phone: 2406126137
- E-Mail Address
-
roger.t.brown3.civ@mail.mil
(roger.t.brown3.civ@mail.mil)
- Small Business Set-Aside
- N/A
- Description
- IT Performance Work Statement - Draft Questions for Industry 1. Purpose: This Sources Sought is for contract support for Information Technology (IT) services. Market research is being conducted to determine if responsible sources exist, to assist in determining if this effort can be competitive and/or a total small business set-aside. This is not a solicitation. 2. Program: Headquarters United States Air Force Deputy Chief of Staff for Studies, Analyses and Assessments (AF/A9) provide AF senior leadership with independent, objective, and relevant analytic insights and assessments to inform decisions on strategy, investment and modernization, proposed programs or concepts, force structure, agile combat support, and operational effectiveness. AF/A9 produces studies, analyses that inform strategic planning, modernization and recapitalization of systems and programs, operational requirements, and the Planning, Programming, Budgeting, and Execution (PPBE) process. AF/A9 ensures quality studies, analyses and assessments processes across the analytic community while highlighting and protecting key senior Air Force leadership positions and decisions. 3. Description of Service Requirement: The purpose of this contract is to provide mission-critical IT services to support approximately 150 AF/A9 users on no less than three separate networks. 4. Organizational Guidelines: The contractor shall implement IT guidance from all applicable Public Law, Executive Orders, and Department of Defense (DoD) issuances, Air Force Policy Documents and Instructions (AFIs) and local AF Operating Instructions (OIs). 5. Additional Duties: The contractor shall research to find and use all applicable documents, as required, in order to complete additional duties that require support and/or implementation by AF/A9. The additional duties include: a. ITEC (See PWS 1.3.8.5) b. Equipment Control Officer c. Certification and Accreditation Certifier d. Computer Information Systems Officer e. Communications Security (COMSEC) Responsible Officer f. Equipment Custodian - Secure Telephone Equipment (STE) g. Information Assurance Awareness Program Manager h. SIPRNET Information Systems Security Officer i. Telecommunications Monitoring & Assessment Program j. Unit TEMPEST Security Manager k. Unit Information Technology Requirement Officer 6. Contract Considerations. a. Expected solicitation publication date is January 2018 or sooner. b. The anticipated Period of Performance (PoP) is a one-year base plus four, one-year option periods. c. Place of Contract Performance: Pentagon, Washington, DC d. A review of available North American Industrial Classification (NAICS) codes finds that preponderance of the requirement falls under NAICS 541513 (Computer Facilities Management Services). This has a corresponding size standard of $27.5M. Comments on the NAICS code selection or suggestions of a more appropriate NAICS are welcomed. 7. If you intend to compete on the resultant solicitation, please provide a statement of interest in competing for this effort to include identification of whether you intend to compete as a Prime Contractor or Subcontractor. Alternatively, if you decided not to compete, it would be greatly appreciated if you provide an explanation as why your company will not compete. 8. Expected Outcome. a. Our office seeks to gauge interest and industry capability from responsible sources. b. Our office seeks feedback on the Performance Work Statement (PWS) verbiage, contract type, and methodology presented. Attachments: 1. Draft PWS, dated 10 April 2017 2. Questions for Industry, dated 25 August 2017
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFDW/11CONS/FA7014-17-A9ITSVS/listing.html)
- Place of Performance
- Address: 1570 Air Force Pentagon, Washington, District of Columbia, 20330, United States
- Zip Code: 20330
- Zip Code: 20330
- Record
- SN04664306-W 20170908/170906233130-c24ef684ad33de6e5fc07445c5387fac (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 |