Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 24, 2015 FBO #5144
SOURCES SOUGHT

D -- WHCA Enterprise Architecture, Strategic Planning, Transition Planning, and System Administration support - SOURCE SOUGHT

Notice Date
12/22/2015
 
Notice Type
Sources Sought
 
NAICS
541511 — Custom Computer Programming 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
MC99999
 
Archive Date
2/6/2016
 
Point of Contact
Kim Oanh P. Scott, Phone: 301-225-4072, Christian M. Fox, Phone: 301-225-4147
 
E-Mail Address
kim.o.scott.civ@mail.mil, christian.m.fox2.civ@mail.mil
(kim.o.scott.civ@mail.mil, christian.m.fox2.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
SOURCE SOUGHT SOURCES SOUGHT ANNOUNCEMENT The Defense Information Systems Agency (DISA) is seeking sources for The White House Communications Agency (WHCA) Organization: J6 Enterprise Architecture and System Engineering Directorate - the White House Communications Agency 2743 Defense Blvd, S.W. Washington, DC 20373-5815. CONTRACTING OFFICE ADDRESS: Defense Information Systems Agency PSD63 6916 Cooper Ave FORT MEADE, Maryland 20755-7901 United States INTRODUCTION: This is a SOURCES SOUGHT TECHNICAL DESCRIPTION to determine the availability and technical capability for any type of qualified, capable & responsible business/source; to include small businesses (including the following subsets, Small Disadvantaged Businesses, HUBZone Firms; Certified 8(a), Service-Disabled Veteran-Owned Small Businesses and Woman Owned Small Business) to provide the required products and/or services. White House Communications Agency (WHCA) is seeking information from potential sources that have the technical and architecture capability to support the WHCA Enterprise Architecture, Strategic Planning, Transition Planning, and System Administration support for the WHCA J6 Directorate. The contractor shall support all aspects of EA development through analysis of emerging government and commercial trends, capabilities and analysis of the architecture to satisfy existing and emerging user needs, near, medium and long-range planning and road map development, development of potential architecture configurations, communications management planning, implementation planning and systems administration of software application. The contractor will be called upon to support all aspects of systems engineering management process development, analysis of emerging technologies and strategic planning activities. The contractor shall use Enterprise Architecture's (EA) well-defined practices for conducting enterprise analysis, design, planning, and implementation, using a holistic approach at all times, for the successful development and execution of strategy. The contractor shall apply EA principles and practices to guide WHCA through the business, information, process, and technology changes necessary to execute our IT strategies. DISCLAIMER: THIS SOURCE'S 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. CONTRACT/PROGRAM BACKGROUND: Contract Number: HC1028-08-D-2017 Task Order 0021 Contract Type: Firm Fixed Price Incumbent and their size: Computer Sciences corporation ( Large) Cage Code: 52939 Method of previous acquisition: Full and Open under Encore II contract vehicle. The new contract will begin approximately 1 October 2016 thru 30 September 2017 with four (4) one year options. Place of performance is at the White House Communications Agency, 2743 Defense Blvd, S.W. Washington, DC 20373-5815. REQUIRED CAPABILITIES: WHCA requires support in the following areas: 1.1 General. The contractor shall provide Enterprise Architecture support services in support of the WHCA Information Technology Networks as defined in the applicable Department of Defense Architecture Framework (DoDAF) guidelines and other architecture development sources. The contractor shall accomplish four tasks in support of the WHCA Enterprise Architecture (WHCA EA). Enterprise Architecture Support (EAS): The contractor shall provide expert Enterprise Architecture support in alignment with Department of Defense Architecture Framework (DoDAF). Strategic Planning Support (SPS): The contractor shall assist J6 in the collection of strategic planning and future think related information development and maintenance of strategic planning documents, technology and processes. The requirements include management and technical support for research, analysis recommendation, and documentation with execution, implementation and integration of the work product produced. The contractor shall address all issues and approaches to full implementation of the IT system solution. The issues and approaches considered under this area evolve from a variety of sources from commercial industry and government such as; internal/external audits, technical reports, Federal standards, operational policies and doctrines, technical guidelines and best practices. Systems Administration and software application support: The contractor shall provide expert assistance with the installation, operation and maintenance of Casewise, SharePoint, and other software applications, related server and network sustainment and maintenance. Transition Planning Support (TPS): Shall plan, track and message the transition stages from the As-Is to the To-Be from the Program and Project levels. The TPS shall plan, track and message the work products produced by the SPS, EA and Project elements within the organization. Working with the agency Knowledge management (KM) team to capture, develop, and share to effectively use organizational knowledge. Using a multi-disciplinary approach to achieving organizational objectives by making the best use of knowledge to inform and educate key government staff. The contractor shall, through ODCs provided on the TO, procure from the Original Equipment Manufacturer (OEM) vendor Casewise suite and other hardware/software required to support this effort. This is for software license, maintenance and technical support, e.g. dot.dot release, software patch releases and software version release support. SPECIAL REQUIREMENTS: Personnel filling technical roles and/or working on site will be required to possess: • Must possess a Facility Clearance level (FCL) of Top Secret. This effort is NOT for entry level contract. All candidates shall have no less than five years practical hands on demonstrated experience, top certifications, degrees and other qualifying documentation in the Task areas listed above. Personnel Security and Access Requirements: Prior to contract award, the Contractor staff shall have a current Top Secret Facility Clearance issued by the Defense Security Service (DSS) as verified by WHCA Industrial Security. Contractor personnel who will require access to classified documents and/or who will require access to the project site must hold a least a Top Secret clearance granted by the Defense Industrial Security Clearance Office (DISCO) as verified by WHCA Industrial Security, and must be approved for utilization in the Presidential Support Program (PSP, commonly referred to as "Yankee White") IAW DoD Directive (DoDD) 5210.55, Department of Defense Presidential Support Program, and DoD Instruction (DoDI) 5210.87, Selection of DoD Military and Civilian Personnel and Contractor Employees for Assignment to Presidential Support Activities (PSAs). Initial PSP approval is based upon a Single Scope Background Investigation (SSBI) completed within the preceding 36 months. Only the Director, WHMO Security has the authority to approve contractors nominated for the PSP. Contact WHCA Industrial Security for PSP processing guidance. Provide WHCA Industrial Security a copy of any documentation sent to DSS or the Office of Personnel Management (OPM) concerning individuals approved for or in the process of obtaining approval for utilization in the PSP. This includes, but is not limited to, employment terminations, administrative clearance terminations, name changes, marital status changes, and adverse information reports. Secret clearances and PSP approvals may require in excess of twelve months for each individual employee. All clearance actions must be complete before individuals can be assigned to this contract and before attempting to gain site access. The Prime Contractor must comply with the requirements of Chapter 7 of the NISPOM for all subcontracts. This includes, but is not limited to, the verification of subcontractor facility clearances and safeguarding capabilities. The use of subcontractors must be approved by the CO, with the concurrence of WHCA Industrial Security. Sponsoring a subcontractor into the PSP must be coordinated through WHCA Industrial Security and the CO. The Contractor must review his work assignments to ensure that sufficient numbers of DISCO-cleared and PSP-approved personnel are available in the required trades to execute the work required by the contract within the time specified for completion. SOURCES SOUGHT: The anticipated North American Industry Classification System Code (NAICS) is 541511 - Custom Computer Programming Services. Size Standard is $27.5 M. This Sources Sought Synopsis is requesting responses to the following criteria ONLY from small and large 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 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 all types of qualified and capable business/sources; to include 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 be combined to meet the specific requirements contained in this announcement. 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 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, NIH, NASA SEWP, Federal Supply Schedules (FSS), or any other Government Agency contract vehicle. (This information is for market research only and does not preclude your company from responding to this notice.) The responses should specifically describe the contractor's ability to meet the requirements outlined in the sources sought. All small businesses are strongly encouraged to submit their responses. Responses to the sources sought must be submitted via email to the following: Kim Oanh P. Scott, Email: Kim.O.Scott.civ@mail.mil, Contract Specialist, & Christian M. Fox, christian.m.fox2.civ@mail.mil, Contracting Officer, by the time and date outlined in the FBO announcement. 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.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DISA/D4AD/DTN/MC99999/listing.html)
 
Place of Performance
Address: White House Communications Agency, 2743 Defense Blvd, S.W. Washington, DC 20373-5815., Washington DC, District of Columbia, 20373-5815, United States
Zip Code: 20373-5815
 
Record
SN03975920-W 20151224/151222234303-020d240e78866584c790415e046a7b2f (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.