SOURCES SOUGHT
D -- Army-NETWORK OPERATIONS SUPPORT SERVICES
- Notice Date
- 6/28/2024 5:09:38 AM
- Notice Type
- Sources Sought
- NAICS
- 541513
— Computer Facilities Management Services
- Contracting Office
- W6QK INSCOM BELVOIR FORT BELVOIR VA 22060-5246 USA
- ZIP Code
- 22060-5246
- Solicitation Number
- W50NH925R0001
- Response Due
- 7/26/2024 11:00:00 AM
- Archive Date
- 08/10/2024
- Point of Contact
- Mindy Franks, Phone: 5716444432
- E-Mail Address
-
mindy.r.franks.civ@army.mil
(mindy.r.franks.civ@army.mil)
- Description
- The Army Contracting Command-Intelligence and Security Command (ACC-INSCOM) is issuing this RFI pursuant to the Federal Acquisition Regulation (FAR) Part 10. This RFI is issued for informational, market research, and planning purposes only. It does not constitute a Request for Proposal (RFP), Request for Quote (RFQ), or a promise to issue an RFP or RFQ in the future. This RFI does not commit the Government to contract for any supply or service whatsoever. Furter, ACC-INSCOM is not at this time seeking proposals and will not pay for any information or administrative cost incurred in responding to this RFI. All costs associated with responding to the RFI will be solely at the responding party�s expense. Please be advised that all submission become Government property and will not be returned. Responses to this notice are not offers and cannot be accepted by the U.S. Government to form a binding contract. *The Government cannot provide an estimated release date for a final solicitation. There is no guarantee that a solicitation will be posted in the future. * �Interested parties are responsible for adequately marking proprietary, restricted, or competition sensitive information in their response. Not responding to this notice does not preclude participation in any future RFP, if issued. If a solicitation is released, it will be synopsized. It is the responsibility of potential offerors to monitor the government site for additional information pertaining to this requirement. The purpose of this RFI is to gain knowledge of interest, capabilities, and qualifications of various members of industry. The Government must ensure there is adequate competition among the potential pool of responsible contractors. PLACE OF PERFORMANCE Fort Belvoir, Virginia PROGRAM BACKGROUND The U.S. Army Intelligence and Security Command (INSCOM) executes mission command of operational intelligence and security forces; conducts and synchronizes worldwide multi-discipline and all-source intelligence and security operations; delivers linguist support and intelligence-related advanced skills training, acquisition support, logistics, communications, and other specialized capabilities in support of Army, Joint, and Coalition Commands and the U.S. Intelligence Community. The purpose of this effort is to provide Operate and maintain the G6 Operations Division information technology networks and systems for the U.S. Army Intelligence and Security Command (INSCOM). In support of these requirement, ACC-INSCOM requires the following: Scope: This PWS will provide contracted support to fulfill the full range of O&M requirements, tasks and responsibilities at Fort Belvoir, VA, Fort Bragg, NC, Wiesbaden GE, and Fort Shafter Flats, HI (Pacific). This PWS includes network support for the existing INSCOM Black Core (IBC) and GET networks; and any future configuration to the IBC or GET network based on mission requirement. The scope of this acquisition is for the contractor to maintain availability of all hardware and software supporting NIPR, SIPR, JWICS, NSAnet, IBCNet, CENTRIX, BISES, and Stoneghost, (1) Black transport and (4) Transport data networks. The contractor shall provide the full range of sustainment and technical support services to ensure uninterrupted service to the U.S. Army, Marines, Special Operation Forces (SOF), National Guard Bureau (NGB) and the NGB Civil Support Teams (CSTs) customers within the Continental United States (CONUS) and Outside the Continental United States (OCONUS). Security Requirements: Contractor personnel must have a TS clearance granted by the Defense Industrial Security Clearance Office at time of proposal submission and they must be able to attain SCI by issuance of the contract. Contractor personnel must also be able to attain HCS/G/NATO read-on/access unless otherwise agreed to by both the COR and the Contractor PM. Personnel must sign a Non-Disclosure Statement. Personnel must perform within the security limitations of AR 381-10, USSID 1800, and other appropriate security regulations according to their intelligence disciplines. Additionally, contractor personnel must be willing to undergo and pass a Counterintelligence Polygraph (CI Poly) before work on the TS/SCI//REL FVEY networking equipment can be executed. The CI Poly examination will be scheduled by government personnel once the contractor is read-on to SCI. Prior to approval of the CI Poly, the contractor will be allowed access to the UNCLASSIFIED//FOUO, SECRET//NOFORN, TS/SCI//NOFORN networking equipment in order to perform work on those networks. Per AR 381-10, U.S. Army Intelligence Activities, new contractor employees must complete Intelligence Oversight training within 30 calendar days of their reporting for duty. All contractor employees must complete annual Intelligence Oversight awareness training. Additional Security Requirements: This effort requires access to classified Government information at U.S. Government facilities. Physical, personnel, information and operational security measures are part of the security specifications as outlined in the DD Form 254 and contractor shall comply in accordance �ELIGIBILITY The applicable NAICS code for this requirement is 541513 - Computer Facilities Management Services. *The size standard is $37 Million.* The Product Service Code (PSC) is DG10 IT and Telecom - Network As A Service REQUESTED INFORMATION As part of the sources sought response, vendors should describe their capabilities and experience as it pertains to the required services and required vendor capabilities listed above. Contractors shall demonstrate their experience providing services to government or private sector customers comparable to this requirement in terms of scope, size, and complexity. Interested parties are requested to submit a capabilities statement of no more than ten (10) pages in length in Times New Roman font of not less than 10-point size. The deadline for a response to this request is no later than 2pm, EST, 26 July 2024. This submission should include the following information: 1. Business Name, mailing address, phone number, Commercial and Government Entity (CAGE) Code, Unique Entity ID (UEI) number, company website, and e-mail of designated point(s) of contact. 2. Business Type: based upon applicable North American Industry Classification System (NAICS) code 541513 - Computer Facilities Management Services is preferred. Provide answers to the following questions: To be considered for a Small Business set-aside, at least 50 % of the cost of contract performance incurred for personnel shall be expended for employees of the responder. RESPONSE 8(a) Small Business (FAR 19) ? YES ? NO Alaskan Native Corporation Owned Firm Business (FAR 19) ? YES ? NO Involved in an SBA Mentor and/or Prot�g� Program? (DFARS 219.71) ? YES ? NO Joint venture with (Insert business name, business size, and cage code). (See FAR subpart 9.6 for Government policy on teaming arrangements, as well as 8(a) Program regulations described in 13 CFR 124.513, HUBZone Program regulations described in 13 CFR 126.616, and Service-Disabled Veteran-Owned Program regulations described in FAR 19.1403 (c) and 13 CFR 125.15(b). ) ? YES ? NO 3. Does your company have a minimum of a Defense Security Service (DSS) TOP SECRET Facility Clearance at the present time? 4. Names of current or recent customers and a brief description of the work performed for each customer. Responses should include past performance references of similar size, complexity, and scope. Information should be pertinent and specific. Please list a point of contact name, telephone number and email for each reference. ADDITIONAL INFORMATION AND SUBMISSION DETAILS If your organization has the potential capacity to perform these contract services, please provide the following information: 1. What type of work has your company performed in the past in support of the same or similar requirement(s)? 2. Describe your personnel policies and benefits in terms of how it has enabled you to recruit, hire and retain qualified personnel. 3. How long would it take for your company on average to identify and resource allocate personnel for this requirement? 4. Has your company managed a task/effort of this scope? If so, provide details. 5. Do you provide this service commercially? 6. What specific technical skills/expertise does your company possess which demonstrate your capability to perform the tasks? 7. If your company a small business concern and is awarded the contract, will you able to perform at least 50% (percent) of the work? 8. In your estimation, how much of this potential requirement would your company need to subcontract to other companies? 9. What expertise does your company possess to ensure contract transition within thirty (30) days of award? Has your company conducted contract transitions within thirty (30) days of contract award to include no interruption of operations during the transition? If so, please provide Contract Number(s), Point of Contact(s) (POCs), e-mail address, phone number, and a brief description of your transition effort. 10. Does your company have experience managing/maintaining a subcontract? If so, provide details. If significant subcontracting or teaming is anticipated to deliver technical capability, organizations should address the administrative and management structure of such arrangements. �Estimated award date is September 2025. The contract type is anticipated to be Cost Plus Fixed Fee (CPFF). The Government will evaluate market information to ascertain potential market capacity to: 1) provide services consistent, in scope and scale, with those described in this notice and otherwise anticipated; 2) secure and apply the full range of corporate financial, human capital, and technical resources to successfully perform similar requirements; 3) provide services under a performance-based service acquisition contract. Your response to this RFI, including any capabilities statement, shall be electronically submitted to the Contract Specialist in either Microsoft Word or Portable Document Format (PDF), via email at Mindy.R.Franks.civ@army.mil. �All data received in response to this RFI that is marked or designated as corporate or proprietary will be fully protected and not released by the Government to outside sources. The email subject line must read: �RFI Response � Network Operations Support Services�. All questions must be submitted to the contract specialist identified above by NO LATER THAN 15 July 2024. Telephone inquiries will not be accepted, and phone messages will neither be acknowledged nor returned. Likewise, no feedback or evaluations will be provided to companies responding to this announcement. The Government is not committed or obligated to pay for the information provided, and no basis for claims against the Government shall arise as a result of a response to this Sources Sought Announcement.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/2666ee11772646d8a9f2b99580a587b5/view)
- Place of Performance
- Address: Fort Belvoir, VA 22060, USA
- Zip Code: 22060
- Country: USA
- Zip Code: 22060
- Record
- SN07112719-F 20240630/240628230126 (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 |