SOURCES SOUGHT
D -- Support for Design, Transition & Operation of the CENTRIXS for Army Central Command - Word Doc of RFI
- Notice Date
- 2/17/2012
- Notice Type
- Sources Sought
- NAICS
- 541512
— Computer Systems Design Services
- Contracting Office
- Defense Information Systems Agency, Procurement Directorate, DITCO-NCR, P.O. BOX 549, FORT MEADE, Maryland, 20755-0549, United States
- ZIP Code
- 20755-0549
- Solicitation Number
- RFI-FTE_ARCENT_support
- Archive Date
- 4/9/2012
- Point of Contact
- Nichole C. Cabral, Phone: 301-225-4055, Deborah Murphy-Johnson, Phone: 301-225-4068
- E-Mail Address
-
Nichole.Cabral@disa.mil, DEBORAH.MJOHNSON@DISA.MIL
(Nichole.Cabral@disa.mil, DEBORAH.MJOHNSON@DISA.MIL)
- Small Business Set-Aside
- N/A
- Description
- ARCENT RFI doc REQUEST FOR INFORMATION (RFI) SUMMARY: REQUIREMENT: Defense Information Systems Agency (DISA), Full Time Equivalent support for Design, Transition and Operation (DTO) of the Combined Enterprise Regional Information Exchange System (CENTRIXS) for Army Central Command (ARCENT). THIS IS A SOURCES SOUGHT NOTICE ONLY. THIS IS NOT A REQUEST FOR PROPOSALS. NO SOLICITATION IS AVAILABLE AT THIS TIME. This sources sought announcement is published for market research purposes. This market research will be used to help identify small and large sources in the market. Prospective offerors are requested to complete and return a Capabilities Statement as described below to determine which contractors possess the capability, experience and financial ability to provide the 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. BACKGROUND: The Department of Defense (DOD), Defense Information Systems Agency (DISA), Multinational Information Sharing (MNIS) Program Management Office (PMO) has a requirement to provide FTE engineering and sustainment support for a wide range of program management, technical, research and development, procurement and operations/maintenance services in support of the development, implementation and maintenance of the MNIS CENTRIXS systems. CENTRIXS is the US global, secure, information system to support multinational operations with shared, combined command, control and intelligence information up to the SECRET Releasable (REL) level. CENTRIXS is installed in partner nation countries and their military forces after they establish their specific requirements and relate the requirements with Army Central Command (ARCENT). The basic mission of CENTRIXS is to support the secure sharing and exchanging of intelligence and operational information through reliable communications connectivity, data manipulation, and automated processes. CENTRIXS networks provide ARCENT and other COCOM commanders with enterprise services. Standard CENTRIXS architecture consists of servers, applications, and encryption systems to form an IP-based network. There are approximately over 90 such networks. The MNIS PMO currently has shared Operations and Maintenance (O&M) responsibility for some of these networks with COCOMs. Most of the MNIS portfolio's operational capabilities are currently or will be operated at DISA Defense Enterprise Computing Centers (DECC). SCOPE: The MNIS PMO provides CENTRIXS operations and maintenance at various locations throughout the world. The Contractor shall provide on-site systems engineering and technical support necessary to ensure full operational capability of the existing CENTRIXS nodes at specified ARCENT locations and their associated forward sites. The ARCENT sites range in locations throughout the world and require the following work: • CENTRIXS systems administration for support to maintain server hardware and software, network operations, systems engineering, information management, and web master services. • Systems integration to include design and engineering for systems such as Global Command and Control System (GCCS), GCCS Integrate Imagery and Intelligence (GCCS-I3), Command and Control Personal Computer (C2PC), Automated Message Handling System (AMHS), high assurance guards, and NATO C2 systems/networks • Information and security management • Web master services • Facilitate and establishment of near real time intelligence products in support of ongoing operations. For the CENTRIXS Community Of Interests (COIs), the Contractor shall support the requirements analysis, design, development, integration and test, implementation and sustainment activities for ARCENT elements building and using CENTRIXS capabilities. The Contractor FTE's shall support regular operations and maintenance of CENTRIXS capabilities at locations including but not limited to Afghanistan, Bahrain, and Kuwait. Contractor staff shall provide on-site systems engineering and technical support necessary to ensure full operational capability of the existing CENTRIXS nodes. The Contractor must be capable of providing U.S. personnel currently exempt from foreign tax status as defined under the current Status of Forces Agreement (SOFA)/ Technical Expert Support Agreement (TESA) or other applicable foreign regulations (as determined by the governments of those countries within which the contractor shall be residing under this contract). It is expected that the Contractor will be able to provide 80% of proposed FTE support by contract performance.. The MNIS PMO is interested in an effective proposed staffing approach from the Contractor that can express an efficient staffing plan to meet the needs of the Government. Historically, there have been 51 to 95 FTEs supporting such work within the U.S. and ARCENT locations. About 95% of the FTE's are to be deployed between Afghanistan, Bahrain, and Kuwait with mainly oversight and programmatic support residing in the U.S. Recommend the type of contract to support the DISA engineering and sustainment support requirement (i.e. firm fixed-price, cost reimbursement, time & materials, hybrid, etc.). The term of the resulting contract will be for a base period plus two (2) option years. NAICS CODE: 541512, Computer Systems Design Services, small business size standard in millions of dollars: $25.5M. REQUEST FOR CAPABILITES STATEMENT: Interested small and large businesses under the requisite NAICS code should provide a capability statement to address their ability and competencies to perform in the areas mentioned above. Identify whether your company possesses a DCAA approved cost accounting system to contract under a cost-type contracting arrangement. Submissions must be received by March 09, 2012, 10 am Eastern Standard Time. All responses must not exceed 15 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 the contractor'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, HUBZone, Women-Owned and Service Disabled are strongly encouraged to submit their responses. Responses to the RFI must be submitted via email to the following: Nichole.Cabral@disa.mil, & Deborah.murphyjohnson@disa.mil by the time and date outlined in the FBO announcement. No telephone calls will be accepted requesting a bid package or solicitation. There is no bid package or solicitation. In order to protect the procurement integrity of any future procurement, if any, that may arise from this announcement, information regarding technical point of contact will not be given and no appointments for presentations will be made. Please refer all questions/comments to the Contract Specialist and Contracting Officer cited above by February 29th, 2012 10am Eastern Standard Time. FedBizOpps will be the sole repository for all information related to this RFI. Vendor questions and Government responses will be posted to FedBizOpps. No questions will be addressed via oral communication. ASSESSMENT CRITERIA: The assessment of capability statements will be based on the criteria listed below. Respondents submitting capability statements should limit submissions to data essential to the assessment. Any and all information obtained for these purposes will be used solely to assist the Government in understanding the capabilities available in the marketplace and thus results will not be disclosed to respondents. • Capability to provide or past experience with effective staffing of numerous personnel to OCONUS locations abroad • Industry standard Program Management techniques and capabilities for effective execution of work to requirements and cost, schedule and performance • Capability to provide CENTRIXS network -- or other DoD networks similar in nature to CENTRIXS - subject matter expertise in operations and maintenance type services for administration, testing, deployment, installation and integration, and other transport security services • Department of Defense (DoD) and/or DISA Information Assurance, security, configuration management, knowledge • Capability to provide personnel with Top Secret/Sensitive Compartmented Information (TS/SCI) for all proposed OCONUS personnel to be staffed Marketing brochures and/or generic company literature will not be considered. Not addressing all the requested information may result in the Government determining the respondent is not capable of performing the scope of work required. DISCLAMER: This request for information (RFI) is issued solely for information and planning purposes only and does not constitute a solicitation. Neither unsolicited proposals nor any other kinds of offers will be considered in response to this RFI or accepted by the Government to form a binding contract. Contractors are solely responsible for all expenses associated with responding to this RFI. All information received in response to this RFI that is marked proprietary or confidential will be treated accordingly. Information received in response to this RFI will not be returned.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DISA/D4AD/DTN/RFI-FTE_ARCENT_support/listing.html)
- Record
- SN02678369-W 20120219/120217234739-8dcfa5330d04bcddf0efe469e7910fff (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 |