MODIFICATION
D -- CyberSecurity and Network Operations Mission Specific (CNOMS) Core Support - A01 - CNOMS PWS_13Jan2017
- Notice Date
- 1/13/2017
- Notice Type
- Modification/Amendment
- NAICS
- 541512
— Computer Systems Design Services
- Contracting Office
- Department of the Army, Army Contracting Command, ACC - APG (W9124A) Fort Huachuca, Bldg 61801, Rm 3212, Fort Huachuca, Arizona, 85613-5000, United States
- ZIP Code
- 85613-5000
- Solicitation Number
- W91RUS-17-CNOMS
- Point of Contact
- Greg Stephens, , Audrey C. Hammonds,
- E-Mail Address
-
gregory.r.stephens3.civ@mail.mil, audrey.c.hammonds.civ@mail.mil
(gregory.r.stephens3.civ@mail.mil, audrey.c.hammonds.civ@mail.mil)
- Small Business Set-Aside
- N/A
- Description
- Revised PWS dated 13 January 2017, removing reference to clause 52.000-4016 (ALT I KEY PERSONNEL) SOURCES SOUGHT TECHNICAL DESCRIPTION FOR SERVICES INTRODUCTION The Army Contracting Command Aberdeen Proving Ground (ACC-APG) Huachuca Division is issuing this sources sought synopsis as a means of conducting market research to identify parties having an interest in and the resources to support the requirement for CyberSecurity and Network Operations Mission Specific (CNOMS) Core Support. The intention is to procure these services on a competitive basis. Prospective contractors shall be registered in the System for Award Management (SAM) prior to award of a contract. Contractors are encouraged to obtain further information on SAM registration at the following website: https://www.sam.gov/portal/public/SAM. BASED ON THE RESPONSES TO THIS SOURCES SOUGHT NOTICE/MARKET RESEARCH, THIS REQUIREMENT MAY BE SET-ASIDE FOR SMALL BUSINESSES (IN FULL OR IN PART) OR PROCURED THROUGH FULL AND OPEN COMPETITION, and multiple awards MAY be made. All Small Business Set-Aside categories will be considered. Telephone inquiries will not be accepted or acknowledged, and no feedback or evaluations will be provided to companies regarding their submissions. DISCLAIMER "THIS SOURCES SOUGHT IS FOR INFORMATIONAL PURPOSES ONLY. THIS IS NOT A "REQUEST FOR PROPOSAL (RFP)" TO BE SUBMITTED. 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. RESPONSES WILL NOT BE RETURNED TO THE RESPONDER. NOT RESPONDING TO THIS NOTICE DOES NOT PRECLUDE PARTICIPATION IN ANY FUTURE REQUEST FOR QUOTE (RFQ) OR INVITATION FOR BID (IFB) OR RFP, IF ANY ISSUED. IF A SOLICITATION IS RELEASED, IT WILL BE SYNOPSIZED ON THE GOVERNMENT-WIDE POINT OF ENTRY (GPE). IT IS THE RESPONSIBILITY OF POTENTIAL OFFERORS TO MONITOR THE GPE FOR ADDITIONAL INFORMMATION PERTAINING TO THIS REQUIREMENT." PROGRAM BACKGROUND The Network Enterprise Technology Command (NETCOM) plans, engineers, installs, integrates, life cycles, protects and operates Army Cyberspace, enabling Mission Command through all phases of Joint, Interagency, Intergovernmental, and Multinational operations. NETCOM and 2nd Army are responsible for delivering seamless, enterprise-level Command, Control, Communications, Computers, and Information Management (C4IM) common-user services and operating, managing, and defending the enterprise IT infrastructure in support of the United States Army worldwide. NETCOM develops, implements, and enforces Enterprise Systems Management (ESM) processes and activities required to operate and manage the transformed, consolidated Army infostructure at the Enterprise level. NETCOM establishes ESM requirements and enterprise technical procedures (ETP), and executes necessary actions to ensure seamless C4IM common user services are provided within a secure NetOps framework across the Enterprise. NETCOM provides Enterprise planning and operational engineering functional staff oversight for ESM operations to NETCOM regional units and coordinates external requirements with the Army Cyber Command (ARCYBER), Headquarters Department of the Army (HQDA) staff, Army Service Component Command (ASCC), Direct Reporting Units (DRU) and Army Command (ACOM) Chief Information Officers (CIO). NETCOM assesses and develops requirements as the ESM functional proponent, and conducts required operational engineering and architectural reviews to ensure new systems and enabling technologies or capabilities fielded within the Army infostructure comply with Enterprise-level standards, practices, and procedures. REQUIRED CAPABILITIES The Contractor shall provide interoperable, synchronized, and secure information operations supporting intra- and inter-service mission requirements, NETCOM must provide: Enterprise standards; operational requirements reviews; functional requirements management; architecture, design, and implementation plan reviews; Information Assurance (IA)/Systems & Security, Cybersecurity and Operational Engineering for IT systems and networks that are secure, responsive, and available to the users for whom they support. The Contractor shall analyze systems, programs, and applications for compliance with statutory and regulatory requirements, and suitability for connecting to the Army's portion of the Department of Defense Information Network (DODIN) previously known as the Global Information Grid (GIG), the LandWarNet (LWN), and provide IT Enterprise support services that facilitate the creation and sustainment of the Global Network Enterprise; i.e., strategic planning, standards creation and sustainment; functional requirements development, management, life cycle management, and traceability; IT-Metrics program management, Program Management, Service Management process management; IT infrastructure configuration, change, and release management; and Tier Three problem management for operational networks and systems globally. The Contractor shall provide support services at locations identified in the PWS, Greely Hall, Fort Huachuca and both throughout the Continental United States (CONUS) and Outside the Continental United States (OCONUS). Further detail is provided in the draft Performance Work Statement (PWS) attached to this announcement (Attachment 1). If your organization has the potential capacity to perform these contract services, please provide the following information: 1) Organization name, address, email address, Web site address, telephone number, and size and type of ownership for the organization; and 2) Tailored capability statements addressing the particulars of this effort, with appropriate documentation supporting claims of organizational and staff capability. If significant subcontracting or teaming is anticipated in order to deliver technical capability, organizations should address the administrative and management structure of such arrangements. The Government will evaluate market information to ascertain potential market capacity to: 1) Provide services consistent, in scope and scale, with those described in this notice and otherwise anticipated; 2) Secure and apply the full range of corporate financial, human capital, and technical resources required to successfully perform similar requirements; 3) Implement a successful project management plan that includes: compliance with tight program schedules; cost containment; meeting and tracking performance; hiring and retention of key personnel and risk mitigation; and 4) Provide services under a performance based service acquisition contract. SPECIAL REQUIREMENTS: • Personnel and Facility Security Clearances. A DD Form 254 Contract Security Classification Specification shall apply to this requirement and the prime contractor shall have a SECRET Facility Clearance at time of contract award. Further detail is provided in the draft DD254 attached to this announcement (Attachment 2). ELIGIBILITY The applicable NAICS code for this requirement is 541512 - Computer Systems Design Services with a Small Business Size Standard of $27,500,000.00. The Product Service Code is D399 - Other Computer Services. Businesses of all sizes are encouraged to respond; however, each respondent must clearly identify their business size in their capabilities statement. ADDITIONAL INFORMATION AND SUBMISSION DETAILS (CAPABILITIES STATEMENT) Draft Performance Work Statement and DD254 are attached for review. (Attachment 1 and Attachment 2) Interested parties are requested to submit a technical capabilities statement of no more than fifteen (15) pages in length, a cover page and a table of contents will not be included in the page count, in Times New Roman font of not less than 10 pitch. The deadline for response to this request is no later than 2 pm, Mountain Standard Time, 25 January 2017. All responses under this Sources Sought Notice must be e-mailed to gregory.r.stephens3.civ@mail.mil and audrey.c.hammonds.civ@mail.mil. If you believe your firm qualifies under the aforementioned criteria and has qualified personnel, relevant past performance experience, and the technical capability to perform the type of work specified in the draft Performance Work Statement (PWS), please submit a technical capability statement including the following information: 1.) Provide a statement including current small/large business status and company name and mailing address and point of contact (name, telephone number, and e-mail address); DUNs number, number of employees, revenue for the past 3 years; and 2.) A brief summary of your company's experience and past performance within the past 3 years as it relates to the magnitude and scope of the requirements outlined in the draft PWS. Each company experience (Government or commercial) should include: a.) the name of the project, b.) a brief description of project, c.) the contract or project number, d.) a client/customer point of contact (name, address, phone number, e-mail address), e.) the dollar value of the contract/project, f.) the period of performance of the contract/project, and g) the relevance of contract/project to requirements in the draft PWS. 3.) Respondents must also indicate whether they qualify as a Small Disadvantaged, Women-Owned, HUBZone, or Service Disabled Veteran-Owned Small Business Concern. 4.) Please note that under a Small-Business Set-Aside, in accordance with FAR 52.219-14, the small business prime must perform at least 50% of the work themselves in terms of the cost of performance. Provide an explanation of your company's ability to perform at least 50% of the tasks described in this PWS for the base period as well as the option periods. 5.) Include in your response your ability to meet the requirements in the Facility and Safeguarding requirements. 6.) A Cost Reimbursement contract type is anticipated with an estimated 524,160 man-hours per year. The estimated period of performance consists of a base year plus four (4) one-year options. 7.) After review of the PWS, what contract type would you deem appropriate to fulfill this requirement, please provide your justification to support such type. 8.) Please list any questions or concerns you see in the requirement that can assist the Government in providing a better product for industry to successfully propose on. The proposed contract is anticipated to include duties that would be accomplished by labor categories that are subject to the Service Contract Act or a collective bargaining agreement. Upon evaluation of the capability statements, if it is determined that this requirement will be an unrestricted competition, the Government intends to evaluate the Small-Business responses and conduct further market research to identify a subcontracting goal. Your response to this Sources Sought, including any capabilities statement, shall be electronically submitted to the Contract Specialist, Greg Stephens and Contracting Officer, Audrey Hammonds, in either Microsoft Word or Portable Document Format (PDF), via email to gregory.r.stephens3.civ@mail.mil and audrey.c.hammonds.civ@mail.mil. All data received in response to this Sources Sought that is marked or designated as corporate or proprietary will be fully protected from any release outside the Government. No phone calls will be accepted. All questions must be submitted to the contract specialist and contracting officer identified above. The Government is not committed nor obligated to pay for the information provided, and no basis for claims against the Government shall arise as a result of a response to this Sources Sought. Attachment 1 - A01 - CNOMS PWS_13Jan2017 Attachment 2 - A01 - CNOMS DD254 Draft
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/504472b09852219a4a7c26ff0ac98bd4)
- Place of Performance
- Address: Fort Huachuca, Arizona, 85613, United States
- Zip Code: 85613
- Zip Code: 85613
- Record
- SN04371226-W 20170115/170113233857-504472b09852219a4a7c26ff0ac98bd4 (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 |