MODIFICATION
D -- Nuclear Operations Analytical Support and Systems Management
- Notice Date
- 10/25/2018
- Notice Type
- Modification/Amendment
- NAICS
- 541512
— Computer Systems Design 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
- 631900001
- Archive Date
- 11/21/2018
- Point of Contact
- Catherine Kyle Abbott, Phone: 3012254054, Anthony M. Langer, Phone: 3012254855
- E-Mail Address
-
catherine.k.abbott.civ@mail.mil, anthony.m.langer.civ@mail.mil
(catherine.k.abbott.civ@mail.mil, anthony.m.langer.civ@mail.mil)
- Small Business Set-Aside
- N/A
- Description
- The Defense Information Systems Agency ( DISA) is seeking sources in support of the Join Staff Support Center (JSSC). CONTRACTING OFFICE ADDRESS: DISA PL63 6914 Cooper Avenue Fort Meade, MD 20755 INTRODUCTION: This is a SOURCES SOUGHT TECHNICAL DESCRIPTION to determine the availability and technical capability of any potential sources 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. Currently, only one responsible source (Unisys) is known to be capable of performing these unique requirements. However, all responsible sources may submit a capability statement, proposal, or quotation, which shall be considered by the agency. The Joint Staff Support Center (JSSC) is seeking information for potential sources for Nuclear Operations Analytical Support and Systems Management. Specifically, JSSC seeks experienced Nuclear Command, Control, and Communications (NC3) senior operations research analysts to support the Nuclear Planning and Execution System (NPES) and the NATO Nuclear Command and Control Reporting System (NNCCRS). 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. REQUIRED CAPABILITIES: This effort requires that the Contractor personnel possess TOP SECRET clearance and be eligible for access to NC2-ESI (Category A, B, C, & D), Sensitive Compartmented Information, Critical Nuclear Weapons Design Information (CNWDI) and NATO COSMIC TOP SECRET ATOMAL. Further, Contractor personnel must have already attained a minimum of Information Assurance Training Level II certification. In order to receive further information, potential interested parties must submit evidence confirming that they currently meet all security and IA requirements detailed above AND demonstrate prior NC3 senior operations research analyst experience. Please provide your SIPRNet email address in your response as well. Upon verification of the clearance and experience baseline requirements, a specific, detailed description of the required capabilities will be provided via SIPRNet. SOURCES SOUGHT: The anticipated North American Industry Classification System Code (NAICS) for this requirement is 541512, with the corresponding size standard of $27.5M. This Sources Sought Synopsis is requesting responses to the following criteria from ALL qualifying sources that can provide the required services under the NAICS Code. To assiste DISA in making a determination regarding the potential for competition of any procurement that may result from this Sources Sought, qualified parties are encouraged to provide the aforementioned clearance and experience data as soon as possible to maximize their time to review the complete required capabilities document. SUBMISSION DETAILS: Responses should include: •1) Business name and address; •2) Name of company representative, their business title, and their SIPRNet email address; •3) Business Size/Socioeconomic Business Category; •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 6 November 2018 12:00 PM (noon) Eastern Daylight Time (EDT) to catherine.k.abbott.civ@mail.mil AND to anthony.m.langer.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 RFI 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/631900001/listing.html)
- Place of Performance
- Address: Raven Rock Mountain Complex/Site R, United States
- Record
- SN05134981-W 20181027/181025230820-7f9d81679b1ca8f5dc4cc07c56c4fd00 (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 |