Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 24, 2023 SAM #7848
SOURCES SOUGHT

D -- DOJ OCIO Enterprise Infrastructure Services Support

Notice Date
5/22/2023 2:26:38 PM
 
Notice Type
Sources Sought
 
NAICS
541512 — Computer Systems Design Services
 
Contracting Office
JMD-PROCUREMENT SERVICES STAFF WASHINGTON DC 20530 USA
 
ZIP Code
20530
 
Solicitation Number
15JPSS23RFI-4X0030
 
Response Due
6/5/2023 9:00:00 AM
 
Point of Contact
Sakura Higa, Phone: 2024517452, Noemi Edwards, Phone: 202-307-1234
 
E-Mail Address
sakura.higa@usdoj.gov, noemi.edwards@usdoj.gov
(sakura.higa@usdoj.gov, noemi.edwards@usdoj.gov)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
REQUEST FOR INFORMATION (RFI): THIS IS A SOURCES SOUGHT NOTICE ONLY. THIS IS NOT A REQUEST FOR PROPOSALS. NO SOLICITATION IS AVAILABLE AT THIS TIME. REQUIREMENT: Department of Justice (DOJ) Office of the Chief Information Officer (OCIO) Enterprise Infrastructure Services Support. RFI Purpose: The Department of Justice�s (DOJ�s) Office of the Chief Information Officer (OCIO) in coordination with DOJ�s Procurement Services Staff seek contractors with the ability to provide innovative, high quality, and secure information technology capabilities to enable the DOJ mission, key OCIO information technology (IT) strategic goals.� The OCIO organizes DOJ�s IT programs into three key areas with a structure for focus and expertise: Service Delivery Staff (SDS): Develops, brokers, engineers, delivers and supports enterprise IT services. Cybersecurity Services Staff (CSS): Provides enterprise security compliance and real-time operations. Policy and Planning Staff (PPS): Provides resource planning and portfolio management oversight. The DOJ OCIO staff�s Enterprise Infrastructure Services Support (EISS) work tasks as a Service Management Team (SMT), augmented by Contractor Staff.� The scope of work is categorized into six task areas as follows: Service Delivery Service Operations Service Development Program Management and Administration Project/Program Management Support Engineering Support The Department is gathering information as part of the Department�s market research, identifying potential sources, and determining the Department�s procurement strategy regarding a planned solicitation for DOJ OCIO EISS requirements as described in the draft Statement of Work (SOW). In the spirit of innovation, DOJ is requesting feedback on the current draft statement of work as well as collect information to determine qualified Small Business sources. BACKGROUND: This Request for Information (RFI) is issued for the purpose of developing a viable solicitation that will best communicate the Government�s requirements to industry. Response to this RFI is strictly voluntary and will not affect any firm�s ability to submit an offer if, or when, a solicitation is released. This RFI is issued solely for information and planning purposes and does not constitute a solicitation or obligation on the part of the Government. Neither unsolicited proposals nor any other kinds of offers will be considered in response to this RFI. No entitlement to payment by the Government of direct or indirect costs or charges will arise as a result of the submission of information in response to this RFI. Responses to the RFI will not be returned. This RFI is to assist DOJ in determining the potential levels of interest, adequate competition, contract line-item structure and overall industry capability to provide the required services.� For context, a DRAFT Statement of Work (SOW) is provided with this RFI outlining all proposed technical requirements.� Please note that the Department is still determining the best path forward, therefore, this RFI is solely for market research and market intelligence.� Responses shall include: 1. COVER SHEET that includes the following information:� RFI Title; Company�s Name, address and Point of Contact information (email and phone numbers); Unique Entity ID; Business Size based on NAICS 541512 / 541519; 2. QUESTIONS and ANSWERS: ��The Government presents the following questions.� Detail any existing contract vehicle(s), GSA FSS or GWAC: (a) in which your company is currently a prime vendor, (b) that you believe would be relevant to this requirement, and (c) includes adequate labor categories to execute this requirement. Please describe your organization�s capacity and experience to manage and perform the requirements presented in the draft SOW.� Has your company performed similar scope of work within the last 3 years (Y/N)? �If so, please provide examples of contracts performing work of similar complexity, scope, qualifications, and magnitude. Include your company�s role (i.e., prime, subcontractor, or teaming arrangement), and any other relevant information deemed applicable. The government averages 27 resources to support based on historical/current efforts.� In addition, a Top Secret security clearance is required for a 50 percent portion of this effort.� Does your company have a Top-Secret facility clearance? If not, would your company be able to obtain the necessary clearance and how long would that take? �Does your company have the capability to acquire cleared personnel, in sufficient numbers and labor categories to meet this requirement?� If so, please explain. Are the requirements included in the draft SOW clear? Are there any areas requiring clarity?� What risks or challenges does your company anticipate in performing this requirement? �Please identify any risks and potential mitigations or concerns with the DRAFT SOW attached with this RFI. What other comments and/or suggestions do you have regarding this draft SOW attached with this RFI? �What additional information do you recommend the Government provide to propose on this requirement?� � Recommended contracting line-item structure that maximizes a firm fixed price arrangement.� If there is a different approach to pricing suggested, please explain.� 3. CAPABILITES STATEMENT: Interested businesses should provide a capability statement to address their ability and experience to perform the tasks associated with the requirements stated above.� The responses should specifically describe the contractor's ability to meet the requirements outlined in the RFI�s SOW. � RFI submissions should not exceed seven pages (one-sided), single spaced, 12-point type with at least a one-inch margin on an 8-1/2� X 11� inch paper. �NO HARD COPY or FACSIMILE SUBMISSIONS WILL BE ACCEPTED. �Extraneous materials (brochures, etc.) will not be considered. Responses to the RFI shall be in electronic format via e-mail to sakura.higa@usdoj.gov and noemi.edwards@usdoj.gov. All responses must be received no later than 05 June 2023.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/513ddb7b25ec4899abee8dbe889d5352/view)
 
Place of Performance
Address: Washington, DC 20002, USA
Zip Code: 20002
Country: USA
 
Record
SN06690872-F 20230524/230522230115 (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 |
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.