Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 17, 2020 SAM #6714
SOURCES SOUGHT

D -- Correspondence and Task Management Systems (CATMS) Support Services

Notice Date
4/15/2020 8:56:23 AM
 
Notice Type
Sources Sought
 
NAICS
541512 — Computer Systems Design Services
 
Contracting Office
IT CONTRACTING DIVISION - PL83 SCOTT AFB IL 622255406 USA
 
ZIP Code
622255406
 
Solicitation Number
832016312
 
Response Due
4/29/2020 12:00:00 PM
 
Archive Date
05/14/2020
 
Point of Contact
Crain, Ellen, Phone: 6184186679, Jacob Prange, Phone: 618-418-6090
 
E-Mail Address
ellen.t.crain.civ@mail.mil, jacob.m.prange2.civ@mail.mil
(ellen.t.crain.civ@mail.mil, jacob.m.prange2.civ@mail.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
SOURCES SOUGHT ANNOUNCEMENT Tracking Number 832016312 Correspondence and Task Management System (CATMS) Support Services The Defense Information Systems Agency (DISA) is seeking sources for CATMS Support Services to the Joint Service Provider (JSP) on behalf of the Secretary and Deputy Secretary of Defense to the Army, Navy, Air Force, Marine Corps, Joint Staff, Offices of the Secretary of Defense (OSD), and other Defense agencies. CONTRACTING OFFICE ADDRESS: DISA/Defense Information Technology Contracting Organization, DISA Services Section (PL8331), 2300 East Drive, Building 3600, Scott Air Force Base, IL 62225-5406 INTRODUCTION: This is a SOURCES SOUGHT ANNOUNCEMENT to determine the availability and technical capability of large businesses and small businesses (including the following subsets:� small disadvantaged businesses, certified 8(a), service-disabled veteran-owned small businesses, HUBZone Small Businesses, and woman owned small businesses) to provide the required services. The JSP is seeking information for potential sources for CATMS.� The specific area or focus includes lead integration for mission application development, management, system engineering, and sustainment and support services for CATMS.� CATMS is the OSD correspondence and coordination mission application that provides an integrated system and process for managing the lifecycle of official correspondence for the Secretary and Deputy Secretary of Defense.� It provides OSD components and action officers the ability to generate, assign, and control internal OSD component tasks and coordination requests.� OSD components use CATMS to coordinate tasks with the Military Departments and the Joint Staff.� There is a classified (Secret Internet Protocol Router Network (SIPRNET)) and unclassified (Non-Classified Internet Protocol Router Network (NIPRNet)) version of CATMS.� CATMS leverages the approved JSP infrastructure and works to provide seamless integration to the preferred and non-standard products applicable in the most recent version of the JSP Enterprise Architecture Standards and Guidance as well as support integration, performance testing and planning for emerging products to ensure functionality as the emerging products become standard. The potential timeframe for this effort is for one 12-month base period and two 12-month option periods as outlined below: Base Period:� September 23, 2020 � September 22, 2021 Option Year 1:� September 23, 2021 � September 22, 2022 Option Year 2:� September 23, 2022 � September 22, 2023 The majority of tasks shall be performed within an approximate 100-mile radius of the Pentagon known as the National Capital Region (NCR), 1155 Defense Pentagon, Washington, DC 20301-1155.� This includes designated Government facilities in the Pentagon, Pentagon-authorized swing space (located within the Crystal Gateway buildings), and established alternate site(s) internal to the NCR based on mission requirements listed below: Pentagon 1155 Defense Pentagon Washington, DC 20301-1155 Mark Center 4800 Mark Center Drive Arlington, VA 22350 Crystal Gateway 1 (CG1) 2515 Crystal Drive Arlington, VA 22202 In addition to established alternate site(s) internal to the NCR, it is especially noted that the Raven Rock Complex � Site R is defined as being part of the NCR.� DISCLAIMER: THIS SOURCES SOUGHT ANNOUNCEMENT 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 SOURCES SOUGHT ANNOUNCEMENT IS STRICTLY VOLUNTARY. CONTRACT/PROGRAM BACKGROUND: Contract Number:� HQ0034-17-C-0104 Contract Type:� Firm-fixed-price (FFP) Incumbent and their size:� Accenture Federal Services, LLC, Small Business� Method of previous acquisition:� Sole Source Period of performance:� September 23, 2017 � September 22, 2020 REQUIRED CAPABILITIES:� A draft Performance Work Statement (PWS) is embedded below: The CATMS team has worked to integrate the task management system into the workflow of the OSD and Washington Headquarters Services (WHS) staff, applicable JSP customers, and approved external customers to help enable a more streamlined and user-friendly tasking system with increased transparency, visibility, and accountability.� In response to this sources sought notice, the contractor shall describe their experience in automating the dissemination and reporting of actions, tasks, requests for information, awards, and decorations originating from and to internal and external staff organizations. The CATMS team provides support for the 6,100 Task Management Tool (TMT) licenses users; provides software services to meet the specific needs of the JSP staff in addition to providing user training for 6,100 users; and provides help desk and technical support services for the duration of the contract.� In response to the sources sought notice, the contractor shall describe their experience with using TMT as well as providing software services, training, help desk, and technical support services for licensed users. The CATMS team delivers specialized Tier 3 Help Desk support, system engineering support, and administration of CATMS, supporting certification and accreditation, and application delivery.� This includes escalation of issues that cannot be handled at the JSP Tier 1 or 2 Service Desks.� Perform Tier 3 helpdesk support meeting or exceeding Service Level. Agreement (SLA) expectations as tasked in the Addendum #1 of the draft Performance Work Statement.� Deliver metrics reporting specific to this contract to support performance evaluation of contract requirements. Support new customer onboarding, and upgrades relevant to JSP approved optional upgrade and enhancement tasks.� Operate with no mission critical failures within performance parameters on both NIPRNet and SIPRNet environments.� In response to this sources sought notice, the contractor shall describe their experience in using agile software development techniques that allow for quick response to Government requirements while maintaining or exceeding established service level agreements. The CATMS team provides: Technology recommendations to facilitate the ability to achieve business objectives.� Identifies and develop business processes and performance measures to successfully integrate the Engineering/Integration, Testing/Evaluation. Establish a governance process to develop and adjudicate the standards, policies, and processes needed to effectively and efficiently manage device configuration policies.� In response to this sources sought notice, the contractor shall describe their experience with developing governance and roadmap drafts for Government approval that have been integrated into larger organization governance, how the specific governance was implemented once approved, and how the Government was enforced.� The CATMS team supports the disposition of all records (regardless of format and classification) under the cognizance of WHS supported OSD customer organizations to comply with the regulations set forth by the Department of Defense (DoD), WHS, and the National Archives Records Administration.� Using the Administrative Instruction 15, ""OSD Records and Information Management Program,"" dated May 3, 2013, as the capstone records management regulation as the proper disposition of electronic records, the contractor shall describe their experience with performing record keeping and file management for all records generated and how they will perform this task in execution of a potential contract in response to this sources sought notice. The CATMS team delivers specialized development, integration, and system engineering support for CATMS to provide lifecycle upgrades, enhancements, and customer approved requirements, with supporting certification and accreditation, and service delivery.� The team has developed system engineering processes and procedures for solutions to satisfy user requirements.� This includes identification and quantification of system goals, creation of alternative system design concepts, performance of design trades, selection and implementation of the best design, verification that the design is properly built and integrated, and post implementation assessment of how well the system meets (or met) the goals and validate metrics.� In addition, the team implements and supports additional external connections for the Enterprise Task Service through migrations and upgrades relevant to JSP approved optional upgrades and enhancements that operate with no mission critical failures to both versions of CATMS or any other integrated applications within performance parameters on both NIPR and SIPR environments.� In response to this sources sought notice, the contractor shall describe their experience enabling transparency and provide metrics to identify workflow bottlenecks, conduct workload comparisons, and create efficiencies and accountability for staff processes. The CATMS team has provided surge support for unexpected events/incidents or unforeseen work that was within scope of the task order and was capable of meeting the Government�s requirement.� In response to this sources sought notice, the contractor shall describe their experience and the processes taken, depending on the nature of the activity/event, to provide on-site support required during both normal working and after hours.� SPECIAL REQUIREMENTS All contractor personnel shall be U.S. citizens, possess a final IT-II or IT-II eligibility prior to any potential contract award in compliance with the provisions of the DoD Industrial Security Manual for handling classified material and producing deliverables.� The contractor shall provide their current Facility Clearance level in response to this sources sought. SOURCES SOUGHT: The anticipated North American Industry Classification System Code (NAICS) for this requirement is NAICS 541512, Computer Design Services with the corresponding size standard of $30M. 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, contractors are also encouraged to provide information regarding plans to use joint venturing (JV) or partnering.� Please outline how you 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 (Federal Acquisition Regulation 52.219-14).� SUBMISSION DETAILS: Responses should include: Business name and address; Name of company representative, business title, telephone number, and email address Type of Small Business; Commercial and Government Entity Code; Your contract vehicles that would be available to the Government for the procurement of the product and/or service, to include ENCORE III, SETI, NIH, NASA SEWP, General Service Administration (GSA): OASIS, ALLIANT II, VETS, STARS II, Federal Supply Schedules (FSS) (including applicable SIN(s)), or any other Government Agency contract vehicle that allows for decentralized ordering.� (This information is for market research only and does not preclude your company from responding to this notice.) Current Facility Clearance Level Contractors who wish to respond to this should send responses via email by 2:00 PM Central Time (CT) on April 29, 2020 to Ellen T. Crain, ellen.t.crain.civ@mail.mil. �Interested businesses are requested to respond to this notice with a brief capabilities statement package addressing the specific questions.� Submissions are not to exceed five single-spaced, 12-point type with at least one-inch margins on 8 �� x 11� page size (all-inclusive with the exception of the title page and table of contents).� The response should not exceed a 5MB e-mail limit for all items associated with the notice response.� Responses must specifically describe the contractor�s capability to meet the requirements outlined in this notice.� The capabilities package shall be company specific.� Oral communications are not permissible.� Sales brochures, videos, and other marketing information materials are not solicited and will not be reviewed.� 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 personnel reviewing submitted 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
SAM.gov Permalink
(https://beta.sam.gov/opp/ff52d2c1bf8645a091d3ab164ebd7dfd/view)
 
Place of Performance
Address: Washington, DC 20301, USA
Zip Code: 20301
Country: USA
 
Record
SN05622515-F 20200417/200415230201 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.