Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 25, 2012 FBO #3774
MODIFICATION

R -- Administrative and Analysis Support

Notice Date
3/23/2012
 
Notice Type
Modification/Amendment
 
NAICS
541611 — Administrative Management and General Management Consulting Services
 
Contracting Office
Other Defense Agencies, Washington Headquarters Services, WHS, Acquisition Directorate, 2521 S. Clark St, Ste 2000 Arlington, VA, 1155 Defense Pentagon, Washington, District of Columbia, 20301-1155, United States
 
ZIP Code
20301-1155
 
Solicitation Number
HQ0034EASDTM3-03-12
 
Archive Date
4/14/2012
 
Point of Contact
Dennis Jackson, Phone: 7035451577, Kellie Buck, Phone: 7035453376
 
E-Mail Address
dennis.jackson@whs.mil, kellie.buck@whs.mil
(dennis.jackson@whs.mil, kellie.buck@whs.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a Request For Information (RFI), a market survey to gain knowledge of interest, capabilities, and qualifications to be used in planning a future performance-based requirement. THIS IS NOT A SOLICITATION FOR PROPOSALS. The Government DOES NOT intend to award a contract on the basis of the responses to this RFI. No reimbursement will be made for any costs associated with providing information in response to this synopsis or any follow-up information requests. This RFI is for planning purposes only and to gain knowledge regarding the capabilities and qualifications of companies interested in participating in satisfying this requirement. Response to this RFI will not be returned. Information received in response to this RFI may be used to assess alternatives available in determining how to proceed in the acquisition. Any proprietary information that is submitted may be used in establishing requirements but specific information identified as proprietary will be safeguarded as such. The Washington Headquarters Services, Acquisition and Procurement Office is seeking qualified, experienced sources to fulfill the OASD(NII)/DOD CIO requirement for comprehensive administrative and analysis support services. Qualified vendors shall be capable of providing the necessary special knowledge and skills not available within the organization required of OASD(NII)/DOD CIO to support its mission. The Office of the DOD Chief Information Officer (DOD CIO) requires Information Management (IM), Information Technology (IT), and Information Assurance (IA) support services. The DOD CIO drives the evolution of the Department's network & information capabilities to meet its ever changing mission needs creating a seamless, secure information environment that delivers agile and secure information capabilities to enhance our Nation's combat power and decision making is critical to the accomplishment of the DOD CIO's vision. To that end, the DOD CIO requires contractor support services and expertise in areas such as command and control (C2), communications, IT infrastructure, and information assurance (IA) to ensure that these capabilities are architected, engineered, and delivered in a manner that optimizes the Department's mission capabilities, increases the Department's security posture, and makes most effective use of the Department's financial resources. The contractor shall provide expertise, personnel, equipment, software development capabilities & tools, materials, supervision, other items and the non-personal services necessary to support the DOD CIO in all matters associated with IM/IT/IA. The required outcome is to support the DOD Information Technology (IT) Enterprise goals - increase mission effectiveness, improve cyber security, and deliver efficiencies. The DOD CIO declared that Information is one of our Nation's greatest sources of power. Therefore, the DOD CIO requires contractor support services that ultimately support the goal of delivering that power to enable the achievement of mission success in all operations of the Department: war fighting, business, and intelligence. Security Requirements: Due to the nature of the work, contractors will be required to have TOP SECRET facility security clearance (FCL) and have TOP SECRET safeguarding capabilities. It is anticipated that the majority of contractor personnel working under this contract must hold TOP SECRET clearances and be SCI eligible. Please describe personnel security policies and procedures used to propose personnel with current Top Secret (TS) security clearances with Sensitive Compartmented Information (SCI) eligibility for multiple task orders within the timeframe associated with task order RFPs (generally may range from 2 to 4 weeks). In addition, please describe the extent to which those procedures will ensure rapid replacement of individuals, should the need arise. It is anticipated that some contractor personnel will support task orders for Special Access Programs (SAPs). It is further anticipated that some task orders will require contractor personnel to have access to Nuclear Command and Control, and Extremely Sensitive Information (NC2 ESI). The expected period of performance will be for a 12-month base period with four one-year options. Interested firms are requested to provide capability statements, not to exceed 5 pages, that include the following information: 1) Company name, address, point of contact name, telephone, and email address; 2) Business size status (Large, Small, 8(a), etc.); 3) Company experience - Where, when, and for whom have you done similar work before providing a brief description of each project; and 4) Company capability - provide a general discussion of your capabilities and capacity to perform the above stated requirement. All responses shall be submitted by email. Telephonic or verbal responses will not be accepted. Email responses to dennis.jackson@whs.mil and kellie.buck@whs.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/ODA/WHS/REF/HQ0034EASDTM3-03-12/listing.html)
 
Place of Performance
Address: Government facilities in the Pentagon, Crystal City, VA, Mark Center, Rosslyn, VA and Contractor’s facilities., United States
 
Record
SN02704297-W 20120325/120323234816-a25919c2f74818ab0930d4f77b036e49 (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.