SOURCES SOUGHT
99 -- Sources Sought for DISA Special Line of Business
- Notice Date
- 6/1/2020 10:05:21 AM
- Notice Type
- Sources Sought
- NAICS
- 541519
— Other Computer Related Services
- Contracting Office
- DITCO-SCOTT SCOTT AFB IL 622255406 USA
- ZIP Code
- 622255406
- Solicitation Number
- 832016588
- Response Due
- 6/16/2020 12:00:00 PM
- Archive Date
- 07/01/2020
- Point of Contact
- Norma Spray, Phone: 000-000-0000
- E-Mail Address
-
norma.j.spray.civ@mail.mil
(norma.j.spray.civ@mail.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- SOURCES SOUGHT ANNOUNCEMENT Tracking Number: �832016588 The Defense Information Systems Agency (DISA) is seeking sources for its Special Services Line of Business. CONTRACTING OFFICE ADDRESS:� DISA/ Defense Information Technology Contracting Organization (DITCO) - Scott, 2300 East Drive, Scott Air Force Base, Illinois, 62225-5406 INTRODUCTION: This is a SOURCES SOUGHT ANNOUNCEMENT to determine the availability and technical capability of ENCORE III small businesses to provide the required products and/or services. The DISA Special Services Line of Business is seeking information for potential sources for information technology support. �The requirement will encompass a wide-range of IT support functions needed to operate and maintain DoD business applications supporting DISA customers. �Functions include: �customer support, software change management, information assurance, as well as system and database administration, in addition to network and communications support, plus backup and disaster recovery, and project management as it pertains to integrating customer applications into DISA data centers. 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: �HC1028-19-F-0179 Contract Type: �Fixed Firm Price Incumbent and their size: �Computer World Services (CWS), Small Business Method of previous acquisition: �Hubzone small business set aside Period of performance:� (Dec 1, 2019-Nov 30, 2023) Place of performance is at DISA facilities located in: �Ogden, UT; Columbus, Ohio; and Montgomery, AL. The anticipated timeframe for this effort is a 12-month base period with 4, 1-year options.� With an estimated start date of December 1, 2020. REQUIRED CAPABILITIES:�� Microsoft Windows and Linux System Administration - Please describe your experience administering Windows and Linux operating systems, applying security policies such as DoD Security Implementation Guides (STIGs), managing storage, performing backup and recovery operations, as well as patching and applying software updates. �Also please describe your experience monitoring, testing and performance tuning Windows and Linux servers. � Windows Server Update Services (WSUS) Administration - Please describe your experience operating and maintaining WSUS applications; establishing and maintaining WSUS database operation procedures; synchronizing Microsoft content for import and push to other subscribers; and creating and maintaining customer accounts. �Please describe any experience documenting design and user manuals, any experience applying DoD security regulations and directives as they apply to WSUS administration. � Information Security Support - Please describe your experience with DoD Information Assurance tasks. �Specifically, implementing and ensuring compliance with current security directives. �Describe your experience with documenting and maintaining an executable IT disaster recovery and continuity of operations plan (COOP) for DoD IT operations that include alternative processing sites. � Application Support - Please describe your experience providing support for customer developed applications, as well as, open-source software and commercial-off-the-shelf applications like Systems, Applications, and Products (SAP) and Manugistics. Also, describe your experience with enterprise level website management, support for end-user portal access, database management, and application interfaces. �Lastly, describe experience with configuration and release management, performance monitoring of customer applications, and networking support specific to business applications and trouble-shooting of customer access. � IT Project Support - Please describe your experience integrating new IT workloads into DoD processing centers. �Also describe your experience performing consolidation planning, design, preparation, installation, and testing necessary to ensure customer activities are accomplished with minimal disruption to overall operations. SPECIAL REQUIREMENTS: � Secret security clearances will be required for both Facility and Personnel. � SOURCES SOUGHT: � The North American Industry Classification System Code (NAICS) for this requirement is 541519 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, you are also encouraged to provide information regarding your plans to use joint venturing (JV) or partnering.� Please outline 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: Business name and address; Name of company representative and their business title; Type of Small Business; CAGE Code; Your contract vehicles that would be available to the Government for the procurement of the product and/or service, to include, but not limited to: �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.) �Vendors who wish to respond to this should send responses via email NLT 2:00 PM Central Standard Time (CST) on June 15, 2020 to norma.j.spray.civ@mail.mil. �Interested businesses should submit a brief capabilities statement package addressing the specific questions (no more than five pages) and demonstrating ability to perform the services listed under Required Capabilities.��� �� � 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/9e63ff85fb99402395080957a1d16763/view)
- Place of Performance
- Address: USA
- Country: USA
- Country: USA
- Record
- SN05676480-F 20200603/200601230149 (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 |