SOLICITATION NOTICE
D -- Approved Products Certification (APCO) and Transport Services (IE) support services
- Notice Date
- 12/19/2023 8:01:13 AM
- Notice Type
- Presolicitation
- NAICS
- 541512
— Computer Systems Design Services
- Contracting Office
- IT CONTRACTING DIVISION - PL83 SCOTT AFB IL 62225-5406 USA
- ZIP Code
- 62225-5406
- Solicitation Number
- 832468548
- Response Due
- 1/3/2024 8:00:00 AM
- Archive Date
- 01/04/2024
- Point of Contact
- Erica Ackeret - Contracting Officer, Phone: 6184186061, Shamra Y. Joiner, Phone: 6184186198
- E-Mail Address
-
erica.j.ackeret.civ@mail.mil, shamra.y.joiner.civ@mail.mil
(erica.j.ackeret.civ@mail.mil, shamra.y.joiner.civ@mail.mil)
- Description
- NOTICE OF INTENT TO AWARD SOLE SOURCE The Defense Information Systems Agency/Defense Information Technology Contracting Organization intends to negotiate a sole source contract with enGenius Consulting Group, Inc for the Approved Products Certification (APCO) and Transport Services (IE) support services. � A sole source Justification & Approval (J&A) document has been completed and approved in accordance with Federal Acquisition Regulation (FAR) 6.302-1.� A copy of the redacted J&A will be posted on SAM.gov to comply with the public display requirements of FAR 6.305. The proposed contract action is for the procurement of mission critical APCO and IE support services to DISA IE which provide oversight and continuity of approving authority for all Military Departments and Department of Defense (DoD) agencies in the acquisition of communication equipment that is to be connected to the DoD Information Network (DODIN) and the Defense Information Systems Network, with an increased level of confidence through Interoperability and Cybersecurity (IO/CS) certification. These services include maintaining the APCO in support of the DODIN Approved Product List (APL) process and developing, operating, and maintaining the APL Integrated Tracking System which tracks and stores information regarding DoD APL IO/CS testing status to include real time contractor product plans. As a result of reorganizations within DISA and DISA IE restructuring efforts, a contract strategy was developed to better allow for an integrated approach and reduction of redundant services across the directorate. This revised contract strategy has resulted in a delay of requirements generation for affected contracts/orders and their follow-on efforts. This proposed bridge contract action will extend current support for the APCO and IE Support requirement to allow time to complete the realignment of tasks into existing or new contracts/task orders without a loss or delay of support ensuring the continuity of mission critical APCO and IE support services to DISA and the DoD community.� Efforts are currently ongoing to pursue two new competitive task orders to support IE�s service requirements. Market research is currently in process for new task order #1, Transport Services Strategic Advisory Support, and it is expected that this requirement will be competed among small business vendors allowing for fair opportunity. Market research for new task order #2, Cybersecurity Technical and Analytical Services has been conducted and based on the results, this requirement is being competitively solicited allowing fair opportunity under the General Services Administration�s (GSA) Multiple Award Schedule as a Historically Underutilized Business Zone set-aside. However, it is not currently feasible to award the follow-on task orders prior to the expiration of the current task order. At this time, the incumbent contractor, enGenius Consulting Group, Inc., is the only source capable of providing all necessary services as enGenius has the historical background and a uniquely qualified team to fulfill these contract requirements with extensive past and present subject matter expertise. In addition to the APL program, the enGenius team provides additional high-level support on the Next Generation 911 Support system for the Army. This system will be implemented throughout the entire DoD, Agencies and Services. The statutory authority for other than full and open competition is 10 USC 2304 (c) (1), as implemented by FAR 6.302-1(a)(2)(iii), only one responsible source and no other supplies or services will satisfy agency requirements. �Companies who believe they can provide this service must indicate their interest in writing within 15 days of this notification and include a detailed capability statement.� No reimbursement for any cost connected with providing capability information will be provided.� All responsible sources will be considered in evaluating the determination to issue a sole-source contract. �Quotations or proposals received in response to this notice cannot be accepted since this synopsis cannot be considered a request for quote or a request for proposal.� A solicitation will NOT be posted to SAM.gov due to the sole source nature of the requirement. The North American Classification System (NAICS) code 541512 will be used for determining company size status. CONTRACT/PROGRAM BACKGROUND: Contract Number: GS06F0625Z / HC102818F1471 Contract Type: Firm Fixed Price and Cost Reimbursable Travel Incumbent and their size and CAGE: enGenius Consulting Group, Inc, Small Business, 1J8T5 Method of previous acquisition: Competitively awarded as a small business set aside against the GSA Alliant Small Business Governmentwide Acquisition Contracts. Period of performance: September 29, 2018 � February 2, 2024 SPECIAL REQUIREMENTS: All personnel performing on or supporting a DISA contract in any way shall be U.S. citizens. Work performed under this contract/order is up to the Top-Secret level for some personnel.� Therefore, the company must have a final Top Secret Facility Clearance from the Defense Counterintelligence and Security Agency Facility Clearance Branch. Points of Contact: Contracting Officer: Shamra Y. Joiner, shamra.y.joiner.civ@mail.mil Contract Specialist: Vanessa M. Gonzalez, vanessa.m.gonzalez2.civ@mail.mil
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/795d8e4d64914e82abca5783a1ea52c9/view)
- Place of Performance
- Address: Fort George G Meade, MD 20755, USA
- Zip Code: 20755
- Country: USA
- Zip Code: 20755
- Record
- SN06916702-F 20231221/231219230049 (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 |