Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 17, 2010 FBO #2976
SOURCES SOUGHT

D -- This requirement provides non-real-time service management support to the DISA Network Services, Voice Services Diviision (NS4).

Notice Date
1/15/2010
 
Notice Type
Sources Sought
 
NAICS
541618 — Other Management Consulting Services
 
Contracting Office
Defense Information Systems Agency, Procurement Directorate, DITCO-NCR, P.O. 4502, Arlington, Virginia, 22204-4502, United States
 
ZIP Code
22204-4502
 
Solicitation Number
NS4
 
Archive Date
2/13/2010
 
Point of Contact
Dean V. Ray, Phone: 703-6810380, Jerl S Traylor, Phone: 703-681-0300
 
E-Mail Address
Dean.Ray@disa.mil, jerl.traylor@disa.mil
(Dean.Ray@disa.mil, jerl.traylor@disa.mil)
 
Small Business Set-Aside
N/A
 
Description
THIS IS A SOURCES SOUGHT NOTICE ONLY. THIS IS NOT A REQUEST FOR PROPOSALS. NO SOLICITATION IS AVAILABLE AT THIS TIME. This Sources Sought Synopsis is published for market research purposes. This market research will be used to help determine set-aside for any small business programs. Request that prospective offerors complete and return a Capabilities Statement as described below to determine firms who possess the capability, experience and financial ability to provide the specialized technical and management support services. The Government is in no way obligated to do business with or to enter into any form of contract with any person, firm, or other entity that receives or responds to this announcement. No reimbursement will be made for any costs associated with providing information in response to this announcement. In order to protect the procurement integrity of any future procurement, if any, that may arise from this announcement, Information regarding the technical point of contact will not be given and no appointments for presentations will be granted. OBJECTIVE : The objective of the proposed contract is to provide non-real-time service management support to the DISA Network Services, Voice Services Division (NS4). This support includes: assisting in program and project management by maintaining schedules, project plans, developing information for and assisting in preparation of briefing materials for program reviews, conferences and other meetings. Providing technical analysis and assistance in writing implementation plans for equipment installations and upgrades at existing, new or relocated facilities; assisting in configuration management of the Defense Red Switch Network (DRSN), Enhanced Pentagon Capability/Survivable Emergency Conferencing Network (EPC/SECN), Voice over Secure Internet Protocol (VoSIP), Secure Mobile Environment-Portable Electronic Device (SME-PED) and related systems; keeping network diagrams current by making topology diagram changes; supporting configuration management database entry and up-keep and supporting the Voice Services working groups by researching issues, submitting findings and conclusions for analysis and approval, attending meetings, supporting DISA and Voice conferences, and preparing and updating briefing materials, operational documentation and DISA circulars for which NS4 is the cognizant office. Support is also required in the area of Performance management where the contractor will use DISA provided tools and procedures to collect and process data on the performance of the DRSN and other systems under Voice Services Division cognizance and generate reports and inputs for higher level metrics reporting and analysis. The work will split between the contractor site and the government site. The government site will be initially in the DISA offices at Skyline 7 in Falls Church, VA and transition to the new DISA headquarters at Fort George Meade, Maryland, in the spring of 2011. All personnel working at the government facility will require a minimum SECRET security clearance, with at least two key personnel requiring Top Secret SCI for analysis work requiring access to classified systems. SCOPE : The broad scope of the effort is to provide program/service management support to the Voice Services Division and includes collecting, organizing, analyzing and integrating data and information about the network functional elements and their performance and configurations into the formats required for ad-hoc reports and deliverables. This effort also provides support for system integration planning, system implementation planning, and program management efforts for the coordination of the programs supported in the form of documents, reports, procedures, data collection and analysis, and conference/meeting support. The anticipated contract type is firm fixed price (FFP) with cost reimbursable for other direct costs or possibly Cost Plus Incentive Fee. The Government intends to award a contract for base year plus four option years. These requirements are currently being performed under contract with Femme Comp Inc. REQUEST FOR CAPABILITES STATEMENT : Interested small businesses should complete the requested information as to capability and experience to perform the tasks associated with the requirements stated below, and submit them to the Contracting Officer. Corporate Experience: Clearly describe your background and experience within the past five years providing similar support: (1) Who did your firm provide the services to? Indicate whether they were DoD, Federal, State or Municipal, Government, Education Institution, commercial, etc. (2) Contract number or other identifying references (3) Did you perform as the Prime or Sub? If you were a sub, indicate the percentage of the overall contract that you performed and the type f effort you performed. (4) Period of Performance (5) Annual Dollar Value (6) Contract Type (Cost, Firm Fixed Price) Secure Voice Systems Technical Knowledge : Describe your recent experience and technical knowledge about and experience in technical analysis and configuration management for secure voice systems and networks such as the Defense Red Switch Network or related secure circuit switch and IP based telephony systems. Program management: Describe your recent experience in supporting the various aspects of DoD program and project management for telecommunications system, including system integration, documentation, network implementation planning, performance analysis, developing briefings, developing and tracking project schedules and status, etc. Phase In: Address your ability to ramp up and meet the full requirements of the scope of work from date of any award that is projected for Mar of 2010. Transition to Ft Meade: Address your ability to maintain and meet the full requirements of the scope before and after the move by DISA to facilities at Ft Meade, MD. RESPONSES TO RFI : All responses must not exceed 10 single spaced pages, 12-point type with at least a one-inch margin on an 8-1/2 x 11 inch paper. The responses should specifically describe your company's ability to meet the requirements outlined in the RFI. Please include company's name, point of contact, address, phone number, DUNS number, CAGE Code, Tax ID and business size. Marketing Brochures will not be considered adequate information as a response to this RFI. All small businesses to include Small Disadvantaged, HUB Zone, Women-Owned and Service Disabled are strongly encouraged to submit their responses. Responses to the RFI must be submitted via email to the following: Dean.Ray@disa.mil, Contracting Officer by the time and date outlined in the FBO announcement. DISCLAIMER : THIS RFI IS NOT A REQUEST FOR PROPOSAL (RFP) AND IS NOT TO BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT TO ISSUE A SOLICITATION OR ULTIMATELY AWARD A CONTRACT. RESPONSES WILL NOT BE CONSIDERED AS PROPOSALS NOR WILL ANY AWARD BE MADE AS A RESULT OF THIS SYNOPSIS. All information contained in the RFI is preliminary as well as subject to modification and is in no way binding on the government. FAR CLAUSE 51.215-3, Request for Information or Solicitation for Planning Purposes is incorporated by reference into this RFI. The government does not intend to pay for information received in response to this RFI. Responders to this invitation are solely responsible for all expenses associated with responding to this RFI. This RFI will be the basis for collecting information on products available. This RFI is issued solely for information and planning purposes only and does not constitute a solicitation. All information received in this RFI that is marked Proprietary will be handled accordingly. Responses to the RFI will not be returned nor will receipt be confirmed. In accordance with FAR 15.201(E), responses to this RFI are not offers and cannot be accepted by the Government to form a binding contract. Again, responders are solely responsible for all expenses associated with responding to this RFI.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DISA/D4AD/DTN/NS4/listing.html)
 
Place of Performance
Address: Defense Information Systems Agency:, Arlington,Virginia and Ft. George G. Meade, Maryland, Arlington, Virginia, 22204-4502, United States
Zip Code: 22204-4502
 
Record
SN02043333-W 20100117/100115235226-82ec04a3200234285a0ccdcd61811743 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO 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.