Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 15, 2012 FBO #3856
MODIFICATION

D -- NGEN - NEXT GENERATION ENTERPRISE NETWORK REQUEST FOR PROPOSALS (RFP)

Notice Date
6/13/2012
 
Notice Type
Modification/Amendment
 
NAICS
541512 — Computer Systems Design Services
 
Contracting Office
4301 Pacific Highway Bldg OT4 Code 02, San Diego CA 92110-3127
 
ZIP Code
92110-3127
 
Solicitation Number
N00039-12-R-0009
 
Response Due
7/18/2012
 
Archive Date
8/17/2012
 
Point of Contact
Point of Contact - John H Windom, Contract Specialist, 202-433-7317; John H Windom, Contracting Officer, 202-433-7317
 
E-Mail Address
Contract Specialist
(john.windom@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
Update 6: Amendment 0004 - 06/13/2012 Update 5: Amendment 0003 - 06/12/2012; Additionally, information in the deleted J-45 being moved to the Technical Data Repository (TDR) Update 4: Amendment 0002 - 06/11/2012 Update 3: Bidders' Questions and Answers Matrix provided below. Requisite amendments forthcoming. Update 2: Bidders' questions submisstion window extended from 23 May 2012 to 11 June 2012 at 1700. Please submit in accordance with orginal submission guidance prescribed below. Update 1: See Amendment 0001 & Related Attachments - 06/01/2012 The Space and Naval Warfare Systems Command (SPAWAR) on behalf of the Program Executive Office for Enterprise Information Systems (PEO EIS), Naval Enterprise Networks (NEN) program office (PMW 205) has issued Request for Proposal (RFP) number N00039-12-R-0009 for the procurement of the Next Generation Enterprise Network's Transport and Enterprise Services requirements. The Department of the Navy (DON) operates one of the largest intranets in the world, the Navy Marine Corps Intranet (NMCI). NMCI provides end-to-end secure Information Technology (IT) services to more than 400,000 seats and 800,000 users, across 2,500+ USN and USMC locations that vary from major bases to single user locations. NMCI has been operated under the programmatic and operational oversight of the DON until the end of the contract period of performance, September 30, 2010. On October 1, 2010, the DON transitioned to the NMCI Continuity of Services Contract (CoSC), for the continued delivery of NMCI services to the DON, through April 30, 2014 (if all options are exercised). The DON intends to transition IT services from CoSC to the follow-on Next Generation Enterprise Network (NGEN) contract(s). The primary goals of NGEN are to: 1) operate the NMCI network while maintaining delivery of NMCI network and computing services; 2) support the NMCI network and associated computing services from requirement identification to service disposal; 3) ensure continued security of the network and proactive enhancement of information assurance (IA) capabilities to meet evolving and emerging threats; 4) provide Government Command and Control (C2) to ensure flexible and responsive operation and defense of the network; 5) leverage DoD enterprise security services provided by the Defense Information Systems Agency (DISA) to meet user requirements as technically and fiscally feasible and approved by the Designated Approving Authority (DAA); and 6) maintain continuity of service during transition from NMCI CoSC to follow-on NGEN contract(s) or Government operation. The Government anticipates firm fixed price, indefinite delivery / indefinite quantity (IDIQ) contract(s) for the Transport and Enterprise Services requirements. Award will be made to the offeror or combination of offerors that results in the lowest total combined price to the Government for the transition to, and operation and maintenance of the Next Generation Enterprise Network. The basic contract will establish minimum and maximum ordering amounts. The prospective contract will have a one-year base period with four one-year options. This is a full and open competition. With the exception of attachments J-18, J-27, J-28, J-38 and J-43, this RFP has been released with all supporting attachments. Hardcopies of documents will not be provided. Do to the proprietary nature of J-18, J-27, J-28, J-38 and J- 43 these attachments have been posted to the NGEN MITRE Technical Data site located at: https://partners.mitre.org/sites/NEN_TXS_RFP_GOV_TECH_DOC/NGEN_Technical_ DATA/default.aspx MITRE, a Federally Funded Research and Development Center (FFRDC), is providing a secure server to host the NGEN applicable documents and technical data. If you have been permitted access to the technical data, you do not need to reapply for access to the attachments. Please follow the below instructions to gain access to the Technical Data site hosted by MITRE: To request access to the NGEN MITRE hosting site, send an email request to NGENTDP@bah.com with the subject line NGEN TDP Account Request. All requests must list the name, company and corporate email address of each individual requesting an account. Once it has been verified that a fully executed GPR NDA is on file, NGEN will direct a MITRE representative to begin the process of granting access. A MITRE representative will respond to each individual with a confirmation email and instructions on how to access the technical data. Be advised that obtaining access to the NGEN MITRE hosting site is a multi-step process and companies/individuals requesting access may experience lag times of up to 4 hours between each step, but should not exceed three business days for the completion of the entire process. Once the aforementioned steps have been completed, each individual will receive an email from MITRE confirming the granting of access and be prompted to establish a user id and password to access the secure site. Please direct all questions regarding the content of the technical data to NGENTDP@bah.com. All questions pertaining to technical problems in accessing the NGEN MITRE hosting site should be directed to ngensharepointown@mitre.org. Please engage the PCO staff only if difficulties in gaining access persist. Contract award is estimated for February 12, 2013. This procurement will require large business offerors to submit a Small Business Subcontracting Plan demonstrating efforts to provide subcontracting opportunities for Small Business (SB), Small Disadvantaged Business (SDB), Women Owned Small Business (WOSB), Veteran Owned Small Business (VOSB), and Service Disabled Veteran Owned Small Business (SDVOSB). The North American Industry Classification System (NAICS) code is 541512 Computer Systems Design Services. Questions regarding the RFP may be submitted in writing via e-mail only to: CDR John Windom, Contracting Officer (john.windom@navy.mil) with copy to: Ryan Thompson, Contracting Specialist (ryan.f.thompson@navy.mil). Instructions for submitting proposals and bidder's questions are contained in Section L of the RFP. Verbal questions, or questions directed to anyone other than the Contracting Officer will not be accepted.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/SPAWAR/SPAWARHQ/N00039-12-R-0009/listing.html)
 
Place of Performance
Address: 1325 10th Street SE Bldg 196 Suite 301 Washington, DC
Zip Code: 20374
 
Record
SN02774425-W 20120615/120613235319-f134af27796446fa480d8921dc1c6343 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.