SOURCES SOUGHT
D -- Defense Information Systems Agency J-3/5/7 Cyber Operations Strategic Planning and Readiness Support
- Notice Date
- 1/26/2024 9:36:36 AM
- Notice Type
- Sources Sought
- NAICS
- 541519
— Other Computer Related Services
- Contracting Office
- IT CONTRACTING DIVISION - PL83 SCOTT AFB IL 62225-5406 USA
- ZIP Code
- 62225-5406
- Solicitation Number
- 832468828
- Response Due
- 2/9/2024 1:00:00 PM
- Archive Date
- 02/24/2024
- Point of Contact
- Lindsey Kahl, GAIL HEFFERNAN
- E-Mail Address
-
lindsey.m.kahl.civ@mail.mil, GAIL.M.HEFFERNAN.CIV@MAIL.MIL
(lindsey.m.kahl.civ@mail.mil, GAIL.M.HEFFERNAN.CIV@MAIL.MIL)
- Description
- The Defense Information Systems Agency (DISA) is seeking sources for the J-3/5/7 Cyber Operations Strategic Planning and Readiness Support. CONTRACTING OFFICE ADDRESS:� DISA/Defense Information Technology Contracting Organization (DITCO)-PS8311 2300 East Drive Scott Air Force Base, IL 62225 INTRODUCTION: This is a SOURCES SOUGHT NOTICE to determine the availability and technical capability of small businesses and large 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 products and/or services. The J-3/5/7 is seeking information from potential sources to support and maintain the current Cyber Operations Executive Strategy support requirement at the DISA Headquarters. The anticipated Period of Performance: ���� Base Period: 3 September 2024 � 28 February 2025 ���� Option Period 1: 1 March 2025 � 28 February 2026 ���� Option Period 2: 1 March 2026 � 28 February 2027 ���� Option Period 3: 1 March 2027 � 28 February 2028 ���� Option Period 4: 29 February 2028 � 28 February 2029 The anticipated Place of Performance: �� DISA Headquarters �� Fort Meade, MD 20755 DISCLAIMER: THIS SOURCES SOUGHT NOTICE 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 NOTICE.� NO FUNDS ARE AVAILABLE TO PAY FOR PREPARATION OF RESPONSES TO THIS NOTICE.� ANY INFORMATION SUBMITTED BY RESPONDENTS IS STRICTLY VOLUNTARY. CONTRACT/PROGRAM BACKGROUND: The DISA provides information technology (IT) products and capabilities to the Department of Defense. The J-3/5/7 Directorate is responsible for Command and Control (C2) of Operations. The Directorate�s functional alignment w/ C2 and Planning provides combat support to national leaders, Combatant Commands, Services, and Defense Agencies and Field Activities. The Booz Allen Hamilton organization is currently supporting the requirements. Contract Number: ����������� HC1028-18-D-0006 HC1028-19-F-6102 Contract Vehicle: Encore III Incumbent and their size: Booz Allen Hamilton Method of previous acquisition: Full and open � Large Business Period of performance: September 03, 2019 � September 2, 2024 REQUIRED CAPABILITIES: Describe and provide examples of your company�s experience facilitating integration into the operational environment to help identify, expose, and address any NetOps related issues. Describe and provide examples of your company�s experience developing concepts and strategies in support of operational effectiveness for the Command and Control within the full spectrum of Cyberspace/Communications Operations. What is your company�s experience establishing a formalized network of intelligence partners that enable integration and synchronization of Intelligence and Counterintelligence in order to enhance cyber operation effectiveness. Contingency planning support will require expertise in the areas of Communications/Signal Requirements Planning; C4 Resiliency and Force Package Development Planning, and Cyber Defense Cyber Operations / Cyber Security Service Provider� Planning. Please describe your company�s contingency planning support as relates to DISA, USCYBERCOM, or JFHQ-DODIN. Describe your company�s experience in translating planned tasks into common language using Universal Joint Task List, Create Joint Mission Essential Task List structure in the Defense Readiness Reporting System Strategic program. SPECIAL REQUIREMENTS: Interested sources must have a TOP SECRET Facility Clearance with SCI level of Classified Access. All performance must comply with section 508 accessibility standards. SOURCES SOUGHT: � The North American Industry Classification System Code (NAICS) for this requirement is 541519 with the corresponding size standard of $30 million.� 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 FAR clause 52.219-14, Limitations on Subcontracting. To assist DISA in determining the level of participation by small business in any subsequent procurement that may result from this Sources Sought Notice, provide information regarding any plans to use joint ventures (JVs) or partnering.� Please outline the company's areas of expertise and those of any proposed JV/partner who combined can meet the specific requirements contained in this notice. SUBMISSION DETAILS: Responses should include: Business name and address; Name of company representative and their business title; Small Business Socio-economic status (if small); CAGE Code; Prime contract vehicles; to include ENCORE III, SETI, NIH CIO-SP4, NASA SEWP V, General Service Administration (GSA): OASIS, ALLIANT II, VETS II, STARS III, MAS (including applicable SIN(s), groups or pools), or any other Government Agency contract vehicle that allows for decentralized ordering.� (This information is for market research only and businesses with a valid cage that lack prime contract vehicles are still encouraged to respond to this notice.) Businesses who wish to respond must send a response via email NLT 4:00 PM Eastern Daylight Time (EDT) on February 9, 2024 to lindsey.m.kahl.civ@mail.mil and gail.m.heffernan.civ@mail.mil.� Interested businesses should submit a brief capabilities statement package addressing the specific questions above (no more than five pages) demonstrating the 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.� 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 pursuant to 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://sam.gov/opp/c189020cb42640f7a7b58932d4456433/view)
- Place of Performance
- Address: Fort George G Meade, MD 20755, USA
- Zip Code: 20755
- Country: USA
- Zip Code: 20755
- Record
- SN06947193-F 20240128/240126230048 (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 |