Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 16, 2025 SAM #8542
SOLICITATION NOTICE

D -- Defense Information Systems Network (DISN) Mission Support Office (MSO) Application Services and Ancillary Support

Notice Date
4/14/2025 11:04:18 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
HC102824C0004-U00009
 
Response Due
4/29/2025 11:00:00 AM
 
Archive Date
05/14/2025
 
Point of Contact
Shamra Y. Joiner, Phone: 6184186198, Jason Day, Phone: 6184186285
 
E-Mail Address
shamra.y.joiner.civ@mail.mil, jason.j.day.civ@mail.mil
(shamra.y.joiner.civ@mail.mil, jason.j.day.civ@mail.mil)
 
Description
NOTICE OF INTENT TO AWARD SOLE SOURCE The Defense Information Systems Agency (DISA)/Defense Information Technology Contracting Organization intends to negotiate a sole source contract with Synergetic Information Systems, Inc. (Synergetic) for Defense Information Systems Network (DISN) Mission Support Office (MSO) Application Services and Ancillary Support. 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 services to provide direct support for programs and projects within the DISA Transport Program Executive Office Transport Services Directorate (IE) that reflect on real time global enterprise network service capabilities to Department of Defense (DoD) agencies and military departments. The Government has a need for services which support DoD Information Technology (IT) policy analysis and development; IT product support and costing; tracking of customer and DISN IT network projects; customer meeting support; developing recommendations and processes in support of DISN policies and processes; conducting analyses of Requests for Change; Enterprise Architecture (EA) acquisition planning and strategies; budget and exhibit development; quality assurance; IT issue papers and white papers; and EA business case and cost benefit analyses. As a result of a protest received for the award of Transport Services Strategic Advisory Support (TSSAS), relevant tasks from this requirement need to be extended. This proposed bridge contract action will extend current support for the DISN MSO Support requirement to allow time for the Government Accountability Office to make a determination on the protest and to allow transition to the TSSAS new contract/order without a loss or delay of support ensuring the continuity of mission critical DISN MSO support services to DISA and the DoD community. At this time, the incumbent contractor, Synergetic, is the only source capable of fulfilling this requirement within the necessary time frame and without risk of a substantial break in service/support to DISA and its mission partners. Synergetic is uniquely postured to support the current DISN MSO Application Services and Ancillary Support task order without a significant duplication of cost or delays in support while the follow-on is awarded and transitioned. Synergetic understands the requirements and currently possess the requisite expertise and relevant experience. The support requires meticulous and highly technical skillsets which are not readily available in the marketplace in the timeframe necessary. 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: HC102824C0004 Contract Type: Cost Plus Fixed Fee and Cost Reimbursable Travel Incumbent and their size and CAGE: Synergetic Information Systems, Inc. (Synergetic), 531D9 Method of previous acquisition: Other than Full and Open Competition in accordance with FAR 603-1. Period of performance: February 3, 2024 � May 2, 2025 Contract Number: GS06F0599Z/HC102818F1388 Contract Type: Cost Plus Fixed Fee and Cost Reimbursable Travel Incumbent and their size and CAGE: Alliant Enterprise Joint Venture, LLC, 4L5L3 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 24, 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: Jason Day, jason.j.day.civ@mail.mil
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/7da224ba77de46f1a7b4131487a9bcdc/view)
 
Place of Performance
Address: 0, MD 20755, USA
Zip Code: 20755
Country: USA
 
Record
SN07407388-F 20250416/250414230047 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.