SOURCES SOUGHT
D -- Joint Command and Control (JC2) Support Services (JC2SS)
- Notice Date
- 12/19/2012
- Notice Type
- Sources Sought
- NAICS
- 541513
— Computer Facilities Management 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
- JC2SS_Support_Services
- Archive Date
- 1/26/2013
- Point of Contact
- Kim Oanh P. Scott, , Suzanne Rippenbaum,
- E-Mail Address
-
kimoanh.p.scott.civ@mail.mil, Suzanne.M.Rippenbaum.Civ@mail.mil
(kimoanh.p.scott.civ@mail.mil, Suzanne.M.Rippenbaum.Civ@mail.mil)
- Small Business Set-Aside
- N/A
- Description
- SOURCES SOUGHT ANNOUNCEMENT Request for Information for Defense Information Systems Agency (DISA) Joint Staff Support Center (JSSC) for Joint Command and Control (JC2) Support Services (JC2SS). CONTRACTING OFFICE ADDRESS: DISA, Procurement Directorate (PLD), Defense Information Technology Contracting (DITCO)-NCR P.O.Box 549 Fort Meade Maryland, 20755. INTRODUCTION: This is a SOURCES SOUGHT TECHNICAL DESCRIPTION to determine the availability and technical capability of small businesses (including the following subsets, HUBZone Firms; Certified 8(a), Service-Disabled Veteran-Owned Small Businesses and Woman Owned Small Business) to provide the required products and/or services. The Joint Staff Support Center (JSSC) is seeking information for potential sources for consulting technical support services to be provided by the Contractor to perform analytical services in monitoring and examining performance of remote servers, and network equipment. Generates of performance reports, incident and problem resolution, Unix system administration and engineering, application administration, limited software development, repackaging of commercial software, generation of Unix and Windows shell scripts, requirements gathering and implementing. Service Desk Ticketing system, metrics reports and dashboards, Configuration Management and Asset Database, and ITIL best practices. DISCLAIMER: THIS SOURCES SOUGHT IS FOR INFORMATIONAL PURPOSES ONLY. THIS IS NOT A REQUEST FOR PROPOSAL. IT DOES NOT CONSTITUTE A SOLICITATION AND SHALL NOT BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT. IN ACCORDANCE WITH (IAW) FAR 15.201 (e) RESPONSES TO THIS SOURCE SOUGHT ARE NOT OFFERS AND CANNOT BE ACCEPTED BY THE GOVERNMENT FOR FORMING A BINDING CONTRACT. NO FUNDS ARE AVAILABLE TO PAY FOR PREPARATION OF RESPONSES TO THIS ANNOUNCEMENT. ANY INFORMATION SUBMITTED BY RESPONDENTS TO THIS TECHNICAL DESCRIPTION IS STRICTLY VOLUNTARY. CONTRACT/PROGRAM BACKGROUND: This request is for follow-on work for the existing contract: Contract Number: HC1047-07-F-0082 Contract Type: Time and Materials Contractor: BAE Systems Information Technology, LLC, Large Business The current support services provided to the GCCS Management Center (GMC) entails the performance of analytical services through monitoring and examining performance of remote servers and network equipment, generation of performance reports, incident and problem resolution, Unix system administration and engineering, application administration, limited software development, repackaging of commercial software, generation of Unix and Windows shell scripts, requirements gathering and implementing Service Desk Ticketing system, metrics reports and dashboards, Configuration Management and Asset Database, and ITIL best practices. The Contractor maintains GOTS software and makes limited materials purchases on behalf of the Government. Period of Performance (PoP): 8 January 2007 - 22 July 2013. REQUIRED CAPABILITIES: The Government requires contractor staff to assist with the operation of the GMC, and the JOSC (JSSC Operations Support Center) as required by JSSC. This effort provides for problem reporting, technical assistance, status reports, and the maintenance of the GMC Information Technology Infrastructure. Furthermore, it ensures that corrective actions are taken during outages, in accordance with established problem reporting and escalation procedures. It also requires the operation and staffing, as directed of the GMC Continuity of Operations (COOP) site, when required. The intent of this Sources Sought is to assess the availability and number of small businesses that could meet this requirement. The contractor shall provide staff with Top Secret security clearances to ensure their ability to work in secure DISA facilities and who are qualified to: •Provide continuous on-site proactive monitoring of all GCCS critical sites, and other designated systems, as determined by the Government, using a specific suite of monitoring applications on a 24-hours-per-day, seven days-per-week basis. •Execute all monitoring and fault isolation functions as required. •Provide system reporting and proper notification of degradation in performance of monitored systems as required. •Develop and maintain monitoring agent for use within GCCS as required. This involves actions necessary to package the software utilized and the delivery of the software to the GCCS-J program office. •Provide expert level support for the approved applications, and system and application administration for the GMC Server suite as tasked. • Provide Tier II Service Desk Support/subject matter expertise during normal business hours and provide on-call support as needed. •Maintain and acquire additional technical proficiency in support of new hardware and software, changes to operational concepts, product upgrades, and deployment of new technologies in support of the GMC's mission. •Implement and maintain Configuration Management Processes and procedures as defined by Government Representative(s) as designated by Contracting Office or Task Monitor using tools as specified. •Provide system performance analysis support, update performance Standard Operating Procedures as needed, and provide resources to maintain the applications utilized by the GMC. •Perform services including designing, programming, debugging, configuring, training, fielding and maintaining the translation of Simple Network Management Protocol (SNMP) and Ping Command inputs, translated from network management hosts, through COTS products into a WEB interface. •Perform services including designing, programming, debugging, configuring, packaging, documenting, training, fielding, and maintaining the EMPIRE and EMPSEC software packages for GCCS-J. •Build, secure and maintain the GMC architecture in accordance with the DoD, NSA, and DISA security and Information Assurance requirements. This includes hardware, operating systems, and software used by the GMC. •Develop and maintain the BMC Remedy Action Request System running on the GMC systems for use in the JSSC Service Desk and GMC customers worldwide. • Support contingency operations (emergency disruptions and disaster recovery also known as "surge" requirements) and continuity of business operations (incapacitation for example). Contingency operations and continuity of business operations ensure continuation of services during periods of crisis such as natural disasters, enemy acts, and military exercises. • Perform Phase-In/Phase-Out support during the transition in and out of this action. • The Government will provide all necessary equipment, facilities, and COTS software. SPECIAL REQUIREMENTS Must have Top Secret clearance. SOURCES SOUGHT: The anticipated North American Industry Classification System Code (NAICS) for this requirement is 541513, size standard of $25.5M. This Sources Sought is requesting responses ONLY from small businesses that can provide the required services under the NAICS Code. To assist DISA in making a determination regarding the level of participation by small business in any subsequent procurement that may result from this source sought, you are also encouraged to provide information regarding your plans to use joint venturing (JV) or partnering to meet each of the requirements areas contained herein. This includes responses from qualified and capable Service Disabled-Veteran Owned Small Businesses, Women-owned Small Businesses, HUBZone Small Businesses, and 8(a) companies. You should provide information on how you would envision your company's areas of expertise and those of any proposed JV/partner would be combined to meet the specific requirements contained in this source sought. In order to make a determination for a small business set-aside, two or more qualified and capable small businesses must submit responses that demonstrate their qualifications. Responses must demonstrate the company's ability to perform in accordance with the Limitations on subcontracting clause (FAR 52.219-14). SUBMISSION DETAILS: Responses should include: 1) Business name and address; 2) Name of company representative and their business title; 3) Type of Small Business; 4) Cage Code; 5) Contract vehicles that would be available to the Government for the procurement of the product and service, to include ENCORE II, General Service Administration (GSA), GSA MOBIS, NASA SEWP, Federal Supply Schedules (FSS), CIO-SP3 SB or any other Government Agency contract vehicle. Vendors who wish to respond to this should send responses via email Jan 11, 2013 by 11:00AM Eastern Daylight Time (EDT) to KimOanh.P.Scott.Civ@mail.mil and Suzanne.M.Rippenbaum.civ@mail.mil. Interested businesses should submit a brief capabilities statement package (no more than ten pages) demonstrating ability to perform the services listed in this Technical Description. Documentation should be in bullet format. Proprietary information and trade secrets, if any, must be clearly marked on all materials. All information received that is marked Proprietary will be handled accordingly. Please be advised that all submissions become Government property and will not be returned. All government and contractor personal reviewing source sought responses will have signed non-disclosure agreements and understand their responsibility for proper use and protection from unauthorized disclosure of proprietary information as described 41 USC 423. The Government shall not be held liable for any damages incurred if proprietary information is not properly identified. Questions or clarifications to this Source Sought must be submitted, via email, to KimOanh.P.Scott.Civ@mail.mil, the Contracting Specialist. The opportunity for clarification of this Source Sought will not change the submission date identified above. Oral communications are not permissible. Marketing brochures and/or generic company literature will not be considered. FedBizOpps will be the sole repository for all information related to this announcement.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DISA/D4AD/DTN/JC2SS_Support_Services/listing.html)
- Place of Performance
- Address: Work is to be performed primarily at the Pentagon in Arlington, VA and Site R when necessary., Arlington, Virginia, United States
- Record
- SN02952527-W 20121221/121219235121-0e029bea7d960b12e5dea033f5a5375b (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 |