Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 30, 2010 FBO #2989
MODIFICATION

D -- Integrated Management Information Systems Solutions

Notice Date
1/28/2010
 
Notice Type
Modification/Amendment
 
NAICS
541519 — Other Computer Related Services
 
Contracting Office
Defense Information Systems Agency, Procurement Directorate, DITCO-Scott, 2300 East Dr., Building 3600, Scott AFB, Illinois, 62225-5406, United States
 
ZIP Code
62225-5406
 
Solicitation Number
E2XXXXX
 
Archive Date
2/23/2010
 
Point of Contact
Angela Ardizzione-Little, Phone: (703) 692-0220, Katie M Tarry, Phone: 618-229-9326
 
E-Mail Address
Angela.Ardizzione@disa.mil, katie.tarry@disa.mil
(Angela.Ardizzione@disa.mil, katie.tarry@disa.mil)
 
Small Business Set-Aside
N/A
 
Description
THIS IS A REQUEST FOR INFORMATION (RFI) FOR AN INTEGRATED MANAGEMENT INFORMATION SYSTEMS SOLUTION TO SUPPORT THE DEFENSE INFORMATION SYSTEMS AGENCY (DISA) JOINT STAFF SUPPORT CENTER (JSSC) AND IT'S MISSION. 1.0 SUBJECT JSSC is a multi-service, joint command and the C2ADP service component of the Defense Information Systems Agency. Its mission positions this organization as the link between DOD planners and the warfighters by providing responsive and efficient IT and visual information solutions and support for our military. Information Technology provides the mechanism for the DoD to provide command and control functionality worldwide and to have execution visibility throughout the process. The JSSC serves as an advisor to the Joint Staff (JS) on information technology matters; manage the mission area support functions (communications, automation, audio-visual, publications, records management disciplines and Service Desk support); manage the JSSC Systems Security Program, which includes: developing, coordinating, and integrating information requirements and architectures; provide training and technical assistance to computer users; and manage the progression, testing, and fielding of systems that automate C2 functionality for the movement of deploying units and freight and execution of mission objectives within the theatre of operations. The Visual Information Division provides secure general visual information and television production support to the Office of the Secretary of Defense, The Chairman of the Joint Chiefs of Staff and other agencies within the Department of Defense and the Military Services. The Joint Web Risk Assessment Cell Support (JWRAC) Division provides for the continuing operation and maintenance of an information security initiative to protect Department of Defense Web based information. This document is a Request for Information (RFI) for a requirements solution that addresses information technology services with functional areas such as Program Management, Service Desk Support, Systems Operations, Administration and Maintenance, Database Administration, Data Management, Network Operations Support, Customer Training Support, Enterprise Management, Continuity of Operations, Multimedia Support, Joint Web Risk Assessment Cell (JWRAC) Support, Information Systems Security, Performance Monitoring, Lifecycle Support, and the protection of Department of Defense information. JSSC streamlined the processes involved in soliciting, evaluating, awarding and administering contracts for Information Technology (IT) Services. The process maintains a competitive environment while considering the recurring needs of both customers and suppliers, and focuses on reducing costs and implementing performance-based contracts. 2.0 Background The Joint Staff Support Center at two different locations, the Pentagon and an Alternate Site, is a field command and a vital component of DISA. Since its establishment in 1963, JSSC has played a vital role in our nation's defense by providing support to every war, major contingency, training exercise and humanitarian relief operation where our military forces have been deployed. JSSC's mission is to provide global command and control automated data processing, audio-visual support capabilities and contract oversight for the Department of Defense to meet national security objectives in peace and war. JSSC accomplishes its mission with the assistance of our industry partners. JSSC executes its C2 local and global mission through four core processes. They are: IT Service delivery, IT Service Support, Information and Communication (ICT) Infrastructure Support and Information Assurance. Global Mission Support is defined as any and all support associated with the Joint Operation Planning and Execution System (JOPES), Global Status of Resources and Training System (GSORTS), Global Common Operational Picture (COP) and Global Command and Control System (GCCS-T) Strategic Support Enclaves and all actions associated with support of the Global Tier II Service Desk. Local Mission Support is defined as any and all actions that support the customer base in the Pentagon, National Capital Region and at the Alternate Site.. 3.0 Capability Requirements The Mission of the JSSC is to provide quality products and services to our customers for Command, Control, Communications, Computer, and Intelligence (C4I) systems, Information Assurance, multimedia and visual information, Continuity of Operations and technical oversight support to the Department of Defense, Joint Chiefs of Staff, and Joint Staff and their partners. The functional areas are: Program Management, Service Desk Support, Systems Operations, Administration and Maintenance, Database Administration, Data Management, Network Operations Support, Customer Training Support, Enterprise Management, Continuity of Operations, Multimedia Support, Joint Web Risk Assessment Cell (JWRAC) Support, Information Systems Security, Performance Monitoring and Lifecycle Support. The organizational requirements are recurring, one-time and small/large complex initiatives that may require knowledge of DoD C2 business processes for Combatant Commanders worldwide. 4.0 Contract Security Clearance Requirements Access to classified information, up to and including TOP SECRET for Sensitive Compartment Information (TS/SCI), is required in performance of this project. As such, the contractor will supply personnel with TOP SECRET or TS/SCI security clearances as required. The ADP Position Sensitivity Designation is ADP-II, Non-critical Sensitive because information on the operational status of GCCS will be accessible by the contractor. Contractor personnel shall comply with security requirements outlined in DCID 6/4 DoD 5105.21-M-1, DoD 5200.2. Verification of compliance must meet one of two criteria: (1) Up-to-date SSBI or SBPR with favorable adjudication and appropriate clearance for the position, verified by the JSSC Personnel Security Office (PSO). (2) Favorable adjudication of Single Scope Background Investigation (SSBI) or Single Scope Background Investigation Periodic Reinvestigation (SBPR) completed by the appropriate adjudication facility. Contractor access to JSSC facilities must be approved and granted by the JSSC Personnel Security Clearance Office (PSCO). 5.0 Acceptable Contract Performance Levels The Performance-based contract will require the contractor to meet a multitude of Performance Standards unique to JSSC's requirements and capabilities. A Performance Standard, critical to the success of JSSC's mission, addresses the contract full-time equivalent (FTE) vacancy rate. The contractor solution must not exceed a vacancy rate of 5%, on any given month, and must provide personnel who are fully qualified and skilled to perform JSSC's requirements. All personnel shall be technically qualified, have in-depth experience levels and possess comprehensive managerial or technical backgrounds in the required disciplines. In addition, emergency "on-call" support may be required, in selected disciplines, 24 hours a day, 7 days a week to address critical mission needs. 6.0 RESPONSE 6.0.1 Provide a white paper in response to this RFI to describe industry partner interest ONLY, in a DISA performance-based contract, for any companies who can provide a solution to meet the desired JSSC information technology requirements. Capabilities, contract security clearance requirements and acceptable performance levels must be specifically addressed. Please provide business name, primary business address and related locations, business size (i.e., small, large, etc.) and phone number(s). A response, addressing the request for information above and in the requested format, is all that is required. THE GOVERNMENT DOES NOT INTEND TO AWARD A CONTRACT ON THE BASIS OF THIS RFI OR OTHERWISE PAY FOR INFORMATION RECEIVED IN RESPONSE TO THE RFI. This RFI is issued for information and planning purposes only and does not constitute a solicitation. All information received in response to the RFI that is marked Proprietary will be handled accordingly. The Government shall not be liable for or suffer any consequential damages for any proprietary information not properly identified. Proprietary information will be safeguarded in accordance with the applicable Government regulations. Responses to the RFI will not be returned nor will the Government confirm receipt of the RFI response. Whatever information is provided in response to this RFI will be used to access tradeoffs and alternatives available for determining how to proceed in the acquisition process. In accordance with FAR 15.201(e), responses to this RFI are not offers and cannot be accepted by the Government to form a binding contract. The anticipated North American Industry Classification System Code (NAICS) for this requirement is 541712, and the size standard is $73M. Small businesses are strongly encouraged to provide responses to this RFI, in order to assist DISA in determining the potential levels of interest and competition to provide the required services within the Small Business community. RFI responses will also assist DISA in determining whether industry can meet JSSC's requirements and capabilities, security clearance requirements and acceptable performance levels. In addition, this information will also be used to assist DISA in establishing a basis for developing any subsequent potential subcontract plan small business goal percentages.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DISA/D4AD/DITCO/E2XXXXX/listing.html)
 
Record
SN02052111-W 20100130/100128235200-41df83a319e1ddbd3062990c689d2813 (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  © 1994-2020, Loren Data Corp.