Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF OCTOBER 10, 2015 FBO #5069
SOURCES SOUGHT

R -- JITC Test, Evaluation, and Certification Services

Notice Date
10/8/2015
 
Notice Type
Sources Sought
 
NAICS
541380 — Testing Laboratories
 
Contracting Office
Defense Information Systems Agency, Procurement Directorate, DITCO-Scott, 2300 East Dr., Building 3600, Scott AFB, Illinois, 62225-5406, United States
 
ZIP Code
62225-5406
 
Solicitation Number
TEMSSrecompete
 
Archive Date
11/24/2015
 
Point of Contact
Tara D Schmitt, Phone: 618-229-9485, Kyle P. Cadwallader, Phone: 6182299460
 
E-Mail Address
Tara.D.Schmitt.civ@mail.mil, kyle.p.cadwallader.civ@mail.mil
(Tara.D.Schmitt.civ@mail.mil, kyle.p.cadwallader.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
SOURCES SOUGHT ANNOUNCEMENT The Defense Information Systems Agency (DISA) is seeking sources for DISA/Joint Interoperability Test Command (JITC) Test, Evaluation, and Certification (TEC) Services. TEC is a recompete to the DISA Test and Evaluation Mission Support Services (T&E MSS) contract. CONTRACTING OFFICE ADDRESS: DISA, Procurement Directorate (PSD), Defense Information Technology Contracting Organization (DITCO)-Scott, 2300 East Drive Bldg. 3600, Scott AFB, IL, 62225-5406. 1.0. INTRODUCTION: 1.1. This is a SOURCES SOUGHT TECHNICAL DESCRIPTION to determine the availability and technical capability of any businesses and their team members (including the following subsets: Small Disadvantaged Businesses, HUBZone Firms; Certified 8(a), Service-Disabled Veteran-Owned Small Businesses and Woman Owned Small Business) to perform all the various task areas as outlined in Section 4.0 of this Sources Sought. 1.2. JITC operates as a field activity under DISA and is the Department of Defense's (DoD's) Joint Interoperability Certifier and only non-Service Operational Test Agency (OTA) for Information Technology/National Security Systems (IT/NSS). JITC provides risk-based TEC services, tools, and environments to ensure Joint Warfighting IT capabilities are interoperable and support mission needs. Information on DISA's and JITC's missions and functions is available at: 1.2.1. DISA: http://www.disa.mil/ 1.2.2. JITC: http://jitc.fhu.disa.mil/ 1.3. JITC is seeking information for potential sources for non-personal TEC services. The contractor will provide TEC planning, test conduct, data collection and analysis, and results reporting for DoD and non-DoD IT and NSS capabilities. IT/NSS TEC support encompasses a range of capabilities from legacy systems to emerging net-centric technologies, cyber security, mobile devices, cloud-based systems, and evolving IT/NSS capabilities. The contractor will assist the government in providing agile and responsive TEC services in support of functional areas including enterprise services; enterprise logistics; business systems; tactical systems; cyberspace; national intelligence; networks/communications; unified capabilities; warfighter support; knowledge management; strategic communications; business operations; testbed management; information assurance; engineering; automation/instrumentation; quality control; technical writing/editing; JITC strategy, plans, and policies support; and Network and internal application development/maintenance. The contractor will provide personnel, materials, travel, services, and other items needed to satisfy the operations, infrastructure, policy development, and TEC requirements of JITC and its customers. 2.0 DISCLAIMER: 2.1. 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. RESPONSES IN ANY FORM ARE NOT OFFERS AND THE GOVERNMENT IS UNDER NO OBLIGATION TO AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCEMENT. 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. 3.0. CONTRACT/PROGRAM BACKGROUND: 3.1. Contract Number: DISA T&E MSS: HC1028-12-D-0023, Alion Science and Technology Corporation (large business) HC1028-12-D-0024, TASC Inc. (large business) HC1028-12-D-0026, ManTech Advanced Systems International Inc. (large business) HC1028-12-D-0027, American Systems Corporation (large business) HC1028-12-D-0028, Lockheed Martin Corporation (large business) HC1028-12-D-0029, Oberon Associates, Inc. (large business) 3.2. Contract Type: Multiple award Indefinite Delivery/Indefinite Quantity with Cost Plus Fixed Fee and Firm Fixed Price Task Orders 3.3. Method of previous acquisition: Full and open competition 3.4. Contract ceiling: Existing DISA T&E MSS contract ceiling is $871 million, although the government anticipates DoD budget reductions will reduce the new TEC contract ceiling. 3.5. Description: The objective of the DISA T&E MSS contract is to provide a full-range of agile and cost-effective TEC services that support testing for DoD and non-DoD IT/NSS technologies and capabilities, and to provide direct support to the Nation's warfighters through Joint and Coalition exercises and efforts. Approximately 600 FTEs support over 1,500 TEC activities (of which about 200 are various Acquisition Category (ACAT) level programs) annually. During peak TEC periods, including all program sizes and ACAT levels, the 600 FTEs may simultaneously support up to 250 programs. TEC and/or technical services are provided to all four military Services, many of the DoD Agencies, all the Combatant Commands, Office of the Secretary of Defense, industry, academia, and a variety of other customers. 3.6. Period of Performance: July 30, 2012 - January 26, 2018 (Includes 3-month phase-in, 1-year base, four 1-year options, and 3-month phase-out) 3.7. Places of Performance: JITC, 2001 Brainard Rd, Fort Huachuca, AZ 85670-2798 JITC, 3341 Strauss Ave, Indian Head, MD 20640-5035 DISA/JITC, 6910 Cooper Ave., Fort Meade, MD 20755 Various locations within and outside the Continental United States 4.0. REQUIRED CAPABILITIES: 4.1 The contractor would perform the following: 4.1.1 Service requirements that enable JITC to directly support its customers' T&E needs, which includes Interoperability, Standards Compliance and Conformance, Developmental Test and Evaluation, Operational Test and Evaluation, Cybersecurity, Enterprise Service, and other T&E and Subject Matter Expert support. 4.1.2 Service requirements that enable JITC to support its customers' T&E needs through the development and sustainment of core organizational T&E processes and capabilities to include policy and process support, technical capabilities (such as tools, instrumentation, and automation) support, laboratory support, knowledge management support, and customer relation management support. 4.1.3 Service requirements that enable JITC to support its customers' T&E needs through the development and sustainment of general organizational processes and capabilities that include network and internal business application development and maintenance operations support. 4.2. Additional areas that are critical to JITC include: 4.2.1 Ability to track funding provided and expenses at the job order (individual customer) level. JITC is a member of the DoD's Major Range and Test Facility Base, and as such, is required by the DoD's Financial Management Regulation to maintain a job order accounting system. 4.2.2. Ability to provide timely and flexible support given that "normal operations" are consistently conducted and tailored to optimize support for diverse customer expectations in regards to testing cost, timeliness, technical performance, comprehensiveness, and reporting. 4.2.3. Ability to quickly respond to fluctuations in workload caused by conditions such as, but not limited to: schedule slips and misalignments resulting in concurrent activities within select timeframes, changes in test policies, increasing or emerging TEC requirements, and sudden advances in technologies. 4.2.4. Ability to implement Scientific Based Test Design techniques in IT/NSS test methodologies.   5.0. SPECIAL REQUIREMENTS: 5.1. Secret clearance required for all personnel. Some personnel will require a Top Secret clearance. 5.2. Contractor must adhere to Capability Maturity Model Integration (CMMI) Level 3 or higher, or ISO 9001:2008 or later, or ISO/IEC 2000-1:2011 or later processes. 5.3. Deliverables will require adherence to the Gregg Reference Manual, 11th edition or later. 5.4. Contractor must be able to quickly augment workforce to surge operations as much as 20 percent. 5.5. Some personnel will require IT certification in accordance with 8570.01-M Information Assurance Workforce Improvement Program. 6.0 SOURCES SOUGHT: 6.1. The anticipated North American Industry Classification System Code (NAICS) for this requirement is 541380, with the corresponding small business size standard of $15 million. This Sources Sought Synopsis is requesting responses to the following criteria from ONLY businesses and their team members to perform all the various task areas as outlined in Section 4.0 of the Sources Sought under the NAICS Code, although the government will consider rationale for use of other NAICS Codes. 6.2. To assist DISA in making a determination regarding small business in any subsequent procurement that may result from this Sources 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 Small Businesses, Small Disadvantaged Businesses, 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 combine to meet the specific requirements contained in this announcement. 6.3. 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 to satisfy the listed capabilities above. Responses must demonstrate that you and your team members can perform all the various task areas as outlined in Section 4.0 of the Sources Sought in accordance with the Limitations on Subcontracting clause (FAR 52.219-14).   7.0. SUBMISSION DETAILS: 7.1. Contractors are encouraged to submit a 10-page or less Capability Statement with a minimum font size of 12 and Times New Roman font, along with a 2-page or less cover letter, indicating their ability with their team members to satisfy these requirements. Documentation should be in bullet format. Marketing brochures are not permitted and will not be evaluated. Additionally, only Microsoft Word/Excel compatible files or Adobe Acrobat PDF files will be evaluated. 7.2. Contractors who wish to respond to this should send responses via email no later than November 9, 2015 4:00 PM Eastern Daylight Time to tara.d.schmitt.civ@mail.mil. 7.3. 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 responses to this announcement 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. 7.4. Capability Statement responses (maximum 10-page, minimum font size of 12, Times New Roman font, excluding the maximum 2-page cover letter) should include the following: Cover letter: a) Company name and address b) Primary point of contact (including phone and email) c) Alternate point of contact (including phone and email) d) Cage Code e) DUNS Number f) Size of business under NAICS 541380 (large, small, small business status such as Small Disadvantaged, 8(a), HUBZone, Woman Owned, Minority Owned, and/or Service Disabled Veteran). g) Contract numbers, government contact POC info (name, title, phone number) to support Capability Statement responses. Capability Statement: The Capabilities Statement shall succinctly address the following three areas to demonstrate the Contractor's and their team members' capability to perform the requirements identified in section 4.0 of this Sources Sought Announcement: (1) The Contractor's ability to manage, as prime Contractor, the types and magnitude of requirements identified in the Announcement; (2) The Contractor's technical ability, or potential approach to achieving technical ability in order to perform the requirements identified in the Announcement; (3) The Contractor's capacity, or potential approach to achieving capacity, to conduct the requirements identified in the Announcement. For the purposes of this Capability Statement, capacity shall refer to matters such as the magnitude of the tasking, the amount of equipment or facilities involved, and the size of the staff needed. The Capability Statement should address whether your company would propose a teaming (prime contractor/major subcontractor(s)) and/or JV (business partners) arrangement. If the respondent proposes teaming with another contractor, or creating a JV, identify the firm(s), if known, otherwise indicate that an arrangement would be contemplated and its structure and contractors would be identified as soon as available. Be sure to segregate this information in the Capability Statement by firm.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DISA/D4AD/DITCO/TEMSSrecompete/listing.html)
 
Place of Performance
Address: JITC, 2001 Brainard Rd, Fort Huachuca, AZ 85670-2798, JITC, 3341 Strauss Ave, Indian Head, MD 20640-5035, DISA/JITC, 6910 Cooper Ave., Fort Meade, MD 20755, Various locations within and outside the Continental United States, United States
 
Record
SN03918656-W 20151010/151008235301-5d706f4c80319c4cd50e13700f15e133 (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.