Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 09, 2017 FBO #5769
SOURCES SOUGHT

D -- Defense Information Systems Agency (DISA) Virtual Desktop Infrastructure (VDI) Services to provide engineering and operational enhancements, sustainment, maintenance, and transition services for the DISA VDI project.

Notice Date
9/7/2017
 
Notice Type
Sources Sought
 
NAICS
541512 — Computer Systems Design Services
 
Contracting Office
Defense Information Systems Agency, Procurement Directorate, DITCO-NCR, P.O. BOX 549, FORT MEADE, Maryland, 20755-0549, United States
 
ZIP Code
20755-0549
 
Solicitation Number
621710111-01
 
Archive Date
10/7/2017
 
Point of Contact
Heather L. Roe, Phone: 3012254529, Adelis M Rodriguez, Phone: 3012254529
 
E-Mail Address
heather.l.roe2.civ@mail.mil, adelis.m.rodriguez.civ@mail.mil
(heather.l.roe2.civ@mail.mil, adelis.m.rodriguez.civ@mail.mil)
 
Small Business Set-Aside
HUBZone
 
Description
SOURCES SOUGHT ANNOUNCEMENT The Defense Information Systems Agency (DISA) is seeking sources to provide engineering, sustainment, technical and operational support for the Virtual Desktop Infrastructure (VDI) program. CONTRACTING OFFICE ADDRESS: DISA/PSD, PL62/ A. Rodriguez PO Box 549 Fort Meade, MD 20755 INTRODUCTION: This is a SOURCES SOUGHT TECHNICAL DESCRIPTION to determine the availability of technical capability of HUBZone Firms to provide the required products and/or services. The DISA VDI Program Office is seeking information for potential sources for engineering, sustainment, technical and operational support for the Virtual Desktop Infrastructure (VDI) program. The DISA VDI project is a centralized computing architecture that creates a virtual Windows desktop on-demand, for the use of DISA Administrators and Privileged Users. 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: HC1208-11-D-0102/Labor Task Order Contract Type: FFP/T&M Incumbent and their size: Knight Point Systems LLC / Large Method of previous acquisition: Open competition The current contract supports the continued implementation of the VDI environment, sustainment and maintenance services. REQUIRED CAPABILITIES: a) The VDI team performs design analysis and engineering to the components of the VDI infrastructure. Infrastructure components of VDI includes Active Directory, Profile Management Software, User Experience Software, Database Software, Network Management Software, Application Software, and Security Management Software. Describe your experience in planning and/or implementing performance-based upgrades to a VDI hardware/software infrastructure. b) The VDI team performs design analysis and application virtualization of software for use within the VDI Desktops. Describe your experience performing application virtualization; including virtualization of new software requirements and upgrades/configuration changes to existing software. c) The VDI team performs design analysis and virtualization of desktop Operating Systems (OS) for use within VDI. This includes new OS releases and upgrades/configuration changes to the existing desktop OS. Describe your experience performing the virtualization of desktop Operating Systems for use within a virtual desktop infrastructure. d) The VDI team ensures that the VDI program remains compliant with applicable DISA, DoD, and Government security policies. Describe your experience in the creation of security documentation and artifacts needed to obtain and maintain a DoD Authority to Operate (ATO) under the Risk Management Framework (RMF). e) The VDI team is responsible for the engineering, design, and execution of VDI's Software Defined Networking and ensuring it aligns with networking security guidelines. Describe your experience engineering, designing, and executing Software Defined Networking including networking components used with VMWare NSX, Cisco, F5 global and local traffic management, and OOB routing/security grouping. SPECIAL REQUIREMENTS The work to be performed will require an interim Top Secret Facility Clearance from the Defense Security Service Facility Clearance Branch at the time of award. All personnel performing or supporting a DISA contract/order shall be U.S. citizens. At a minimum Secret and/or Top Secret personnel clearances will be required based on position. The work will be performed at the Government site located at Fort George G. Meade, 6910 Cooper Ave, Fort Meade, MD 20755. SOURCES SOUGHT: The anticipated North American Industry Classification System Code (NAICS) for this requirement is 541512, with the corresponding size standard of $27.5M. This Sources Sought Synopsis is requesting responses from both large and small businesses that can provide the required services under the NAICS Code. To assist DISA 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, 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) Size of 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 22 September 2017 4:00 PM Eastern Daylight Time (EDT) to adelis.m.rodriguez.civ@mail.mil and heather.l.roe2.civ@mail.mil. Interested businesses should submit a brief capabilities statement package (no more than five pages) demonstrating ability to perform the services listed in this Technical Description. 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/DTN/621710111-01/listing.html)
 
Place of Performance
Address: Fort George G. Meade, 6910 Cooper Ave, Fort Meade, Maryland, 20755, United States
Zip Code: 20755
 
Record
SN04666384-W 20170909/170907232525-9d2c88221426fdfbab20b439efd2ec7a (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.