SOLICITATION NOTICE
70 -- Microsoft Enterprise License Agreement - Software Upgrade
- Notice Date
- 3/17/2025 11:23:24 AM
- Notice Type
- Presolicitation
- NAICS
- 513210
—
- Contracting Office
- DEFENSE CI AND SECURITY AGENCY QUANTICO VA 22134 USA
- ZIP Code
- 22134
- Solicitation Number
- HS002125R5916
- Response Due
- 4/1/2025 11:00:00 AM
- Archive Date
- 04/02/2025
- Point of Contact
- Sherrita Muse, Kelsie Kautz
- E-Mail Address
-
sherrita.d.muse.civ@mail.mil, kelsie.kautz.civ@mail.mil
(sherrita.d.muse.civ@mail.mil, kelsie.kautz.civ@mail.mil)
- Description
- NOTICE OF INTENT � MICROSOFT ENTERPRISE LICENSE AGREEMENT The United States Department of Defense (DoD), Defense Counterintelligence and Security Agency (DCSA), Contracting and Procurement Office (CPO) intends to execute a sole source modification to increase the scope of Contract N6600119A0006, Order HS002124F0030 with Minburn Technology Group LLC for Microsoft Licenses on behalf of the Office of the Chief Information Officer (OCIO). This delivery order was awarded in accordance with the DoD Enterprise Software Initiative (ESI) and is considered a mandatory source of supply. The statutory permitting other than full and open competition is the Federal Acquisition Regulation (FAR) 8.405-6(a)(1)(B), Only one source is capable of providing the supplies or services required at the level of quality required because the supplies or services are unique or highly specialized. DCSA OCIO has a requirement to convert Microsoft (MS) Office 365 E3 to G5 licenses and to adjust the quantity of existing licenses, effective option period one (1). The performance of period for this effort shall be effective from 01 May 2025 through 30 April 2026 (option period one). In November 2022, the DoD introduced its Zero Trust (ZT) strategy and implementation roadmap, detailing the Department�s cybersecurity objectives to achieve Target Level ZT by the close of fiscal year (FY) 2027. Per DoD memo �Deploying Microsoft 365 G5 Licenses to Support Target Level Zero Trust�, all DoD Components must initiate implementation of the G5 suite by June 3, 2024 and must complete full G5 implementation by June 2, 2025 in an effort to accelerate and enhance the Department�s cybersecurity posture and ability to reach Target Level ZT. To comply with the ZT objectives, the full suite of Microsoft 365 G5 must be deployed across the Non-Secure Internet Protocol Router (NIPR) enterprise to minimize attack vulnerabilities and hinder adversaries from unrestricted movement across networks, ensuring stronger protection for critical data. Minburn Technology Group LLC is the only contractor capable of meeting DCSA's critical timeline and mitigating the risks associated with non-compliance. Minburn�s deep understanding of DCSA�s infrastructure and licensing requirements significantly mitigates the risk associated with transitioning to G5 licenses in a timely manner. Their expertise ensures a smoother implementation process, minimized disruptions to critical operations, and maximize the security benefits of the upgraded platform. The applicable North American Industry Classification System (NAICS) for this effort is 513210 with a size standard of $47M. This notice of intent is not a request for competitive quotes; however, all interested and responsible sources may indicate their interest and capability by responding to this notice. Interested vendors must show clear and convincing evidence that competition of this requirement would be advantageous to the Government. The Government will consider responses received by 2:00 p.m. EST on 01 April 2025. Inquiries will only be accepted via email to the Contract Specialist, Ms. Sherrita Muse at sherrita.d.muse.civ@mail.mil and copy the Contracting Officer, Ms. Kelsie Kautz at kelsie.kautz.civ@mail.mil. No telephone requests will be honored. If no affirmative written responses are received by 2:00 pm (ET) 01 April 2025, an award will be made without further notice. Each response should include the following business information: a. Contractor Name, Address, b. Point of Contact Name, Phone Number, and Email address c. Contractor Cage and DUNS d. Contractor Business Classification (i.e., small business, 8(a), woman owned, HUBZone, veteran owned, etc. as validated in System for Award Management (SAM). All offerors must register in the SAM located at http://www.sam.gov e. Capability Statement A determination by the Government not to compete the proposed acquisition based upon responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement in the future.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/049a3efc19bd4b8e81ce1d923e4449b2/view)
- Place of Performance
- Address: Quantico, VA, USA
- Country: USA
- Country: USA
- Record
- SN07374991-F 20250319/250317230045 (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 |