SOURCES SOUGHT
R -- Nuclear Command, Control and Communications (NC3) Operational Assessments Program.
- Notice Date
- 9/16/2020 7:19:02 AM
- Notice Type
- Sources Sought
- NAICS
- 541330
— Engineering Services
- Contracting Office
- DEFENSE INFORMATION SYSTEMS AGENCY FORT MEADE MD 207550549 USA
- ZIP Code
- 207550549
- Solicitation Number
- CJCS-NC3-FY21
- Response Due
- 10/8/2020 1:00:00 PM
- Archive Date
- 10/23/2020
- Point of Contact
- Fernando Miguel, Jeffrey Lopez
- E-Mail Address
-
fernando.d.miguel.civ@mail.mil, jeffrey.m.lopez5.civ@mail.mil
(fernando.d.miguel.civ@mail.mil, jeffrey.m.lopez5.civ@mail.mil)
- Description
- SOURCES SOUGHT ANNOUNCEMENT CJCS-NC3-FY21 � The Defense Information Systems Agency (DISA) is seeking sources for the Chairman of the Joint Chiefs of Staff (CJCS) Nuclear Command, Control and Communications (NC3) Operational Assessments Program. CONTRACTING OFFICE ADDRESS: � DISA DITCO-NCR / Procurement Services Directorate (PSD) � PL61 P.O. Box 549 Fort Meade, MD 20755 Contracting DoDAAC:� HC1047 INTRODUCTION: This is a SOURCES SOUGHT ANNOUNCEMENT to determine the availability and technical capability of small businesses and large businesses (including the following subsets: Small Disadvantaged Businesses, �Certified 8(a), Service-Disabled Veteran-Owned Small Businesses, HUBZone Small Businesses, and Woman Owned Small Businesses) to provide the required products and/or services. The NC3 Enterprise Center (NEC), which is responsible for this program, is seeking information for potential sources to support the CJCS NC3 Operational Assessments Program. This program assesses system capabilities to support Nuclear Command and Control (NC2). This effort includes technical engineering support across operational assessment cycles from concept, planning, coordination, and execution through data collection, adjudication of findings, analysis, and reporting. Additionally, the assessment results and data will be maintained in order to conduct trend analysis. The purpose of the NC3 operational assessments are to evaluate NC3 system capabilities to support nuclear decision makers, such as the Joint Staff (JS) and Combatant Commanders, in the operational and threat environments expected during nuclear war.� These assessments also measure the performance, reliability, and redundancies of this system of systems enterprise. The scope of these assessments include the evaluation of survivable and non-survivable communications, connectivity, and operational information flows for the following NC3 functions: situation monitoring, decision-making, force direction, and force management. Additionally, these assessments integrate evaluations of personnel performance, communications platforms, systems, networks, and supporting procedures.� PERIOD OF PERFORMANCE: The anticipated period of performance for this follow-on requirement includes a five-year ordering period for the Indefinite Delivery, Indefinite Quantity (IDIQ) contract. The anticipated start date for the ordering period is July 29, 2021. PLACE OF PERFORMANCE: The primary place of performance will occur at the contractor facility. In addition to this, there will be occasional local travel within the National Capital Region (NCR) and to the DISA Headquarters facility, located at 6914 Cooper Ave, Fort George G. Meade, Maryland 20755. For assessment execution, there will be travel within the continental United States (CONUS) and outside the continental United States (OCONUS). Non-local travel will be approved and funded on a case-by-case basis with prior written consent by the Contracting Officer Representative (COR), in accordance with the Joint Travel Regulations. DISCLAIMER: THIS SOURCES SOUGHT ANNOUNCEMENT 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 SOURCES SOUGHT ANNOUNCEMENT IS STRICTLY VOLUNTARY. CONTRACT/PROGRAM BACKGROUND: Contract Number: HC1047-16-D-4041 Contract Type: IDIQ Contract; Firm-Fixed Price with Cost CLINs for Travel Incumbent /Business Size: Raytheon Company / Large Business Method of previous acquisition: Full and Open Competition Period of Performance: July 28, 2016 through July 17, 2021 Historically, the level of effort has not exceeded 18 full time equivalents (FTE); however, personnel surges for assessment execution have required up to 30 FTEs during the assessment period. REQUIRED CAPABILITIES: To effectively support the stated requirements, the potential vendor must possess extensive knowledge and expertise, including a minimum of 5 years� experience with command and control in the field of Nuclear Operations. Describe your capabilities in each of the following areas: 1. NC3 OPERATIONAL ASSESSMENT PLANNING: JS and NEC requires contractor expertise and support for the assessment of the NC3. The contractor shall provide the concept and assessment plan, based on guidance from the JS and the NEC. The contractor shall formulate realistic scenarios with sequences of events, which assess the functions of situation monitoring, decision making, force direction, and force management, with the full collaboration of the NC3 community. Scenarios shall ensure that the NC3 enterprise is exercised to the extent that the results will meet the scope detailed above, while in a resource constrained environment. This resource constrained environment is the scenario in which all parties, inclusive of ground, air, and naval forces, would be required to participate within the least amount of time possible. In formulating the concept and assessment plan, the contractor shall include objectives, measures of effectiveness (such as percentage of received messages, voice communications quality, etc.), planned participants (to include uniformed personnel), sequence of events, initial conditions, communication conditions, grading criteria, description/plan of special focus items, and all assessment materials, such as data collection packages.�� 2. ASSESSMENT EXECUTION: The contractor shall provide expertise to provide data collection for the execution of all assessments. While executing NC3 operational assessments, the contractor shall develop and provide a participant presentation, which advises participants on the conduct of the assessment, procedures being exercised, and grading criteria. Additionally, the contractor shall coordinate the handling of assessment materials with the on-site trusted agents. This classified data will be handled in accordance with appropriate rules and regulations, such as 32 CFR Part 2001.41 and EO 13526. Data collectors will be required to maintain appropriate clearances for working in and around NC2 Extremely Sensitive Information (TS with NC2-ESI Category E) in order to gain access to sites participating in the assessment. The contractor shall also obtain the additional credentials and qualifications for data collectors that will observe assessments from mobile sites. These additional qualifications include site access credentials and safety qualifications for flight and naval operations, such as altitude and swim safety requirements. 3. ADJUDICATION AND ANALYSIS OF RESULTS: The contractor shall provide technical expertise and support in the fields of communications, NC3 operations, and information systems, in order to analyze and support the adjudication of all assessment findings. In the field of communications, the contractor shall analyze assessment findings related to systems and procedures used in emergency conferencing. These conferencing systems include Worldwide Secure Voice Conferencing System (WWSVCS), Enhanced Pentagon Capability (EPC), and the Survivable Emergency Conferencing Network (SECN). Analysis of the Emergency Action Message (EAM) dissemination is also required.� Radio frequencies analysis is required, from Very Low (VLF) to Extremely High (EHF). Operational analysis is required for procedural findings ranging from command center to relay platform to nuclear capable platform operations. The contractor shall provide expertise and support for the analysis of the Emergency Action Procedures (EAP) for the CJCS, to identify deficiency root causes. The contractor shall provide information systems support, in conjunction with both communications and operations support, for the adjudication of assessment findings.� The contractor shall provide the infrastructure to query a repository of assessment data and past findings for the purpose of trend analysis. 4. REPORTING ASSESSMENT RESULTS: After analysis is complete, the contractor shall support the reporting of results to stakeholders across the NC3 community. The contractor shall develop a presentation and assist JS and DISA in presenting the results to the NC3 community. In this venue, the contractor shall provide complete event description, any deficiency root causes, and facilitate investigation and/or solution development. The contractor shall develop a final report of each assessment when all assessment participants have been provided instruction regarding their responsibilities in adjudicating results.� SPECIAL REQUIREMENTS: Work performed under this contract requires staff cleared at the Top Secret � Secret Compartmented Information (TS-SCI). In addition to this, all contractor personnel supporting assessment execution must be eligible for and will be sponsored for an NC2 Extremely Sensitive Information (ESI) Category E designation.� A Top Secret Facility Clearance will be required at time of proposal submission. In addition to this, the contractor�s facility must possess the capability to access Secret Internet Protocol Network (SIPRNet), as assessment data will reside on a SIPRNet cloud environment. Upon contract award, the Government will sponsor the contractor for a SIPRNet connection. SOURCES SOUGHT: The North American Industry Classification System Code (NAICS) for this requirement is 541330, with the corresponding size standard of $41.5 million (for military and aerospace equipment and military weapons). 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. Please outline 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: Business name and address; Name of company representative and their business title; Type of Small Business; CAGE Code; Your contract vehicles that would be available to the Government for the procurement of the product and/or service, to include ENCORE III, SETI, NIH, NASA SEWP, General Service Administration (GSA): OASIS, ALLIANT II, VETS, STARS II, Federal Supply Schedules (FSS) (including applicable SIN(s)), or any other Government Agency contract vehicle that allows for decentralized ordering. (This information is for market research only and does not preclude your company from responding to this notice.) In the event that a vendor is only interested in responding to specific requirements under this announcement rather than all four requirements, the vendor shall clearly indicate which requirement(s) it is responding to in their response.������ Capabilities Submission Requirement: Vendors who wish to respond to this should send responses via email no later than October 8, 2020 at 4:00 PM Eastern Daylight Time. Reponses should be sent to Mr. Fernando Miguel at Fernando.d.miguel.civ@mail.mil and Mr. Jeffrey Lopez at Jeffrey.m.lopez5.civ@mail.mil. Interested vendors should submit a brief capabilities statement package addressing the specific requirement (no more than five pages) and demonstrating ability to perform the services listed within the �Required Capabilities� and �Special Requirements� section.� All capabilities packages shall be submitted in accordance with the following: Company Name � Sources Sought Response NC3 Operational Assessments Program 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 personnel reviewing submitted responses will have signed non-disclosure agreements and understand their responsibility for proper use and protection from unauthorized disclosure of proprietary information, as described in 41 USC 423. The Government shall not be held liable for any damages incurred if proprietary information is not properly identified.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/44fdb09a3c0e4a90b55a03114adebb12/view)
- Place of Performance
- Address: USA
- Country: USA
- Country: USA
- Record
- SN05800682-F 20200918/200916230207 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |