SOURCES SOUGHT
R -- Program Management and Advisory Services (PM&AS) for the Security Cooperation Enterprise Solution (SCES) Program in support of the Defense Security Cooperation Agency (DSCA) - PWS Draft
- Notice Date
- 3/29/2016
- Notice Type
- Sources Sought
- NAICS
- 541512
— Computer Systems Design Services
- 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
- 831607977
- Archive Date
- 4/28/2016
- Point of Contact
- Shannon K. Fuehne, Phone: 6182299147, Anita Eggleston, Phone: 571-372-3516
- E-Mail Address
-
shannon.k.fuehne.civ@mail.mil, Anita.Eggleston2@dsca.mil
(shannon.k.fuehne.civ@mail.mil, Anita.Eggleston2@dsca.mil)
- Small Business Set-Aside
- N/A
- Description
- Performance Work Statement (PWS) for the SCES PM&AS requirement. This is for information only to provide the full scope of work required for this effort. Responses should only address the 'required capabilities' in the sources sought announcement. SOURCES SOUGHT ANNOUNCEMENT The Defense Information Systems Agency (DISA) is seeking sources for Program Management and Advisory Services (PM&AS) for the Security Cooperation Enterprise Solution (SCES) Program in support of the Defense Security Cooperation Agency (DSCA). CONTRACTING OFFICE ADDRESS: DISA/Defense Information Contracting Technology Organization (DITCO) 2300 East Drive, Building 3600 Scott AFB, IL 62225-5406 INTRODUCTION: This is a SOURCES SOUGHT TECHNICAL DESCRIPTION to determine the availability and technical capability of small businesses to provide the required services. The DSCA and SCES Program is seeking information for potential sources for advisory services and support necessary to fulfill the full scope of services and support for acquisition program management including definition, acquisition, execution, operations, and assessment. This may include: 1.Contract Management 2.Program Management Office Operations and Management 3.Information Assurance Management/Cyber Security 4.Acquisition Management 5.Enterprise Resource Planning (ERP) Solution Management 6.ERP Program Management and Integration 7.Enterprise Architecture Management 8.Data Management and Migration 9.And Army Acquisition Management 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. 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: HC1028-15-C-0014 Contract Type: Firm Fixed Price (FFP) Incumbent: Seneca Telecommunications, Inc., Certified 8(a), Native American Method of previous acquisition: Sole Source 8(a) Native American The scope of the Program Management and Advisory Services contract is to obtain the support and advisory services necessary to fulfill the full scope of services and support necessary for acquisition program management including, definition, acquisition, execution, operations and assessment. This contract consists of a one (1) year base period and two (2) option periods of one (1) year each. The base period of performance is September 28, 2016 through September 27, 2017. Option year 1 period of performance is September 28, 2017 through September 27, 2018 and option year 2 period of performance is September 28, 2018 through September 27, 2019. Work in support of this contract shall be performed on-site at the Government's Mark Center (Alexandria, VA) facility or the contractor's facility. As a program standard, the Contractor personnel shall not perform work outside the designated place(s) of performance without prior approval from the Government. REQUIRED CAPABILITIES: a.The Foreign Military Sales (FMS) business processes within the Department of Defense (DoD) are unique in that they serve the global security cooperation community across all three Services. Please describe in detail your knowledge of the FMS business processes across the Services as well as with the DSCA. b.The FMS legacy case execution systems used across the Services are being replaces by the SCES Program, an Oracle ERP-based solution to meet the case execution business requirements of the security cooperation community. Please describe in detail your knowledge of the FMS legacy systems used by the Navy and Army. c.Please describe your knowledge and experience with the SCES program. Describe your level of expertise with Oracle ERP solutions in the DoD environment and how SCES has been developed to replace the functionality in the legacy FMS case execution systems. d.The Government requirement includes expertise in various areas in support of the SCES Program Management Office (PMO), including Information Assurance/Cybersecurity, enterprise architecture, acquisition management, training, data management planning and PMO operations support. Please describe your experience and capabilities to support these functions across the PMO. Note: The draft Performance Work Statement (PWS) is also attached to this announcement which captures the entire scope of the work to be performed. In your responses, please only address the critical elements described in the required capabilities above. SPECIAL REQUIREMENTS All Personnel assigned to this effort must have a Secret clearance. SOURCES SOUGHT: The anticipated North American Industry Classification System Code (NAICS) for this requirement is 541512, with the corresponding size standard of $27.5 million. This Sources Sought Synopsis is requesting responses to the following criteria 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 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 be combined to meet the specific requirements contained in this announcement. Again, the draft PWS is also attached to this announcement which captures the entire scope of the work to be performed. In your responses, please only address the critical elements described in the required capabilities above. 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, 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.) Vendors who wish to respond to this should send responses via email NLT 12:00 PM Central Standard Time (CST) on April 13, 2016 to anita.eggleston@navy.mil and shannon.k.fuehne.civ@mail.mil. Interested businesses should submit a brief capabilities statement package (no more than five pages) demonstrating ability to perform the services listed in this Technical Description. 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 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/DITCO/831607977/listing.html)
- Place of Performance
- Address: Alexandria, Virginia, United States
- Record
- SN04065930-W 20160331/160329234716-6af1b52a187d382b6873c9a9265aa4c9 (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 |