Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 29, 2017 FBO #5727
SPECIAL NOTICE

D -- Ukraine Security Assistance Initiative – Information Technology (USAI-IT) Program

Notice Date
7/27/2017
 
Notice Type
Special Notice
 
NAICS
541512 — Computer Systems Design Services
 
Contracting Office
Department of the Army, Army Contracting Command, ACC - NJ (W15QKN), BUILDING 10 PHIPPS RD, PICATINNY ARSENAL, New Jersey, 07806-5000, United States
 
ZIP Code
07806-5000
 
Solicitation Number
W15QKN-17-R-0AN6
 
Archive Date
8/26/2017
 
Point of Contact
Carmel M. Costa, Phone: 6095627041, Shante McGee, Phone: 7038063129
 
E-Mail Address
carmel.m.costa.civ@mail.mil, shante.mcgee@us.army.mil
(carmel.m.costa.civ@mail.mil, shante.mcgee@us.army.mil)
 
Small Business Set-Aside
N/A
 
Description
Objective: The objective of this Presolicitation Notice is to provide notification of a proposed contract action as stipulated in FAR 5.201. The number (W15QKN-17-R-0AN6) assigned to this action is for reference only and there is no solicitation at this time. Introduction: The Army Contracting Command - New Jersey located at Fort Dix, NJ 08640, on behalf of the International Programs Division (IPD) within Project Manager, Installation Information Infrastructure Communications and Capabilities (I3C2) under the Program Executive Office Enterprise Information Systems (PEO EIS) intends to award a non-competitive action to Nextiraone Federal, LLC, doing business as Black Box Network Services (BBNS). Pursuant to Federal Acquisition Regulation (FAR) 16.505 (b)(2)(i)(C) to extend the period of performance and increase the value of an existing order by modification for supplies and services in support of Command, Control, Communications, Computers, Intelligence, Surveillance and Reconnaissance (C4ISR) solutions. The Government intends to fulfill this requirement as a sole source to Nextiraone Federal, LLC, doing business as Black Box Network Services (BBNS), located at 510 Spring Street Suite 200 in Herndon, VA 20170-5148; CAGE 0TPR9. Authority for Proposed Action: The contract action will be conducted pursuant FAR 16.505 (b)(2)(i)(C), Justification for Exception to Fair Opportunity, Logical Follow-On. The order must be issued on a sole source basis in the interest of economy and efficiency; because it is a logical follow-on to an order issued under the contract, provided that all awardees were given a fair opportunity to be considered for the original order. Only one responsible source and no other supplies or services will satisfy agency requirements at this time ensuring uninterrupted service. Proposed Action: This proposed contract action is for the procurement of supplies and continuation of services for the enterprise system at several foreign locations. This requirement must be issued on a sole-source basis in the interest of economy and efficiency because it is a logical follow-on to an order already issued under the contract. All General Services Administration (GSA) Connections II awardees were given a fair opportunity to be considered for the original order. Currently, GS00Q12NSD0016/W15QKN-16-F-0095 Task Order provides for core architecture at the Ukraine Armed Forces (UAF) Headquarters that must be expanded to critical subordinate system locations to establish Continuity -of-Operations (COOP) for the Ukraine - Ministry of Defense (U-MoD) and UAF Headquarters. Period of Performance (POP): The estimated additional period of performance will be from 30 September 2017, through 31 December 2018. Contract Type: Hybrid- Firm Fixed Price and Cost Reimbursement North American Industry Classification System (NAICS): The NAICS code for this requirement is NAICS Code 541512, for "Computer Systems Design Services" with a business size standard of $25,000,000.00. Summary of new work follows: (1) Cyber security Operations Center (CSOC): Provide continuing support with cyber defense network services to the core enterprise system and expansion of the service coverage to the new network locations. (2) Command and Control Center (C2C): Alternate C2C Core Site, fixed Airborne Forces HQ Command Center to ensure uninterrupted system operations and prevent loss of capability. Additionally, the Contractor shall provide continuing system deployment to critical operational locations facilitating connectivity of vertical architecture and initial deployment to the tactical level. (3) Medical Information System (MIS): Provide continuing system expansion to critical operational locations facilitating connectivity of vertical architecture and initial deployment to the tactical level. (4) Logistics Information System (LIS): Provide continuing system expansion to critical operational locations facilitating connectivity of vertical architecture and initial deployment to the tactical level. (5) Infrastructure Upgrades (IU): Establishing a Continuity-of-Operations (COOP) site that will be co-located with the fixed Alternate CSOC to ensure uninterrupted system operations and prevention of capability loss. The Contractor shall provide IT infrastructure, network equipment, user equipment, Tactical User Devices, and local/campus connectivity at eleven (11) additional enterprise architecture locations) in order for the enterprise system to be North Atlantic Treaty Organization (NATO) compliant from strategic to tactical level. Provide additional workstations and supporting IT infrastructure at the UAF Headquarters. IMPORTANT INFORMATION TO VENDORS: 1. This notice is not a request for competitive proposals. All interested parties may respond with detailed qualification statements within fifteen (15) days after publication of this synopsis for consideration by the Government. A determination not to compete this extension, based upon responses to this notice, is solely at the discretion of the Government. 2. Any response to this notice must show clear and convincing evidence that competition would be advantageous to the Government. Do not submit a proposal or quote.. All interested companies must provide the below information in their response. This information and the statement of qualifications shall total no more than 20 pages. 3. If no affirmative written response is received, the acquisition will be awarded without further notice. 4. No proprietary, classified, confidential, or sensitive information should be included in your response. The Government reserves the right to use any technical information received in response to this Pre-solicitation Notice. 5. Interested vendors must be registered on the Central Contractor Registration in the System for Award Management (SAM) database and the online representation and certification application must be activated. For SAM registration, please visit online - https://www.sam.gov/portal/public/SAM 6. All responsible sources may submit a capability statement, proposal, and/or quotation which shall be considered by the agency. Submission Information: 6.1 Companies shall submit the information requested above no later than 4:00pm EST August 11, 2017. Please furnish the above requested information to the Point of Contact identified below. 6.2 Emailed files must be less than 5MB. All of the files must be in either Microsoft Word or Adobe Acrobat (.pdf). Please note - Self extracting.exe files will not be accepted. Point of Contact: Contract Specialist, Carmel Cost, (609)562-7041, carmel.m.costa.civ@mail.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/bcc06708bd69903201ec1afedf6e3b54)
 
Place of Performance
Address: Ukraine-Ministry of Defense, J6 Datacenter Facility in Kyiv, Ukraine, Ukraine
 
Record
SN04600718-W 20170729/170727232311-bcc06708bd69903201ec1afedf6e3b54 (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.