Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF NOVEMBER 11, 2015 FBO #5101
SOURCES SOUGHT

D -- Joint Enabling Capabilities Command (JECC) Command, Control, Communications, Cyber Collaboration (C5) Support - Draft Performance Work Statement (PWS)

Notice Date
11/9/2015
 
Notice Type
Sources Sought
 
NAICS
541513 — Computer Facilities Management Services
 
Contracting Office
Other Defense Agencies, United States Transportation Command, USTRANSCOM Command Acquisition, 508 Scott Drive, Bldg 1900, Scott AFB, Illinois, 62225, United States
 
ZIP Code
62225
 
Solicitation Number
HTC711-16-ZD04
 
Point of Contact
Nancy L. Geisler, Phone: 6182206724
 
E-Mail Address
nancy.l.geisler.civ@mail.mil
(nancy.l.geisler.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
Performance Work Statement for JECC C5 Support. SOURCES SOUGHT For UNITED STATES TRANSPORTATION COMMAND (USTRANSCOM) JOINT ENABLING CAPABILITIES COMMAND COMMAND, CONTROL, COMMUNICATIONS, CYBER, COLLABORATION (C5) SUPPORT HTC711-16-ZD04 Purpose This Sources Sought is being issued for informational and planning purposes. Information gathered will be considered in order to determine the feasibility of small or large business providing the necessary support and whether adequate competition exists to set-aside the competition for small business. The information requested will also be used within USTRANSCOM and the Joint Enabling Capabilities Command (JECC) to facilitate decision making and will not be disclosed outside the agency. This announcement is not a Request For Proposal (RFP) or solicitation of any kind. USTRANSCOM and JECC is not seeking or accepting unsolicited proposals for this requirement. This notice should not be construed as a commitment of any type by the Government to take or not take any action. Please note USTRANSCOM and JECC will NOT be responsible for any costs incurred by interested parties in responding to this Sources Sought. Period of Performance: Transition Period: 15 May 2016 through 31 May 2016 Base period: 1 June 2016 through 31 May 2017 Option Period 1: 1 June 2017 through 31 May 2018 Option Period 2: 1 June 2018 through 31 May 2019 Option Period 3: 1 June 2019 through 31 May 2020 The NAICS for this effort is 541513 Computer Facilities Management Services. The Small Business Administration small business size standard for NAICS code 541513 is $27.5 million annual average receipts (total or gross income) over the past three years. The acquisition strategy of this requirement has yet to be determined. Background The United States Transportation Command (USTRANSCOM) located at Scott Air Force Base (AFB), IL, is one of nine Unified Combatant Commands (UCC) that provide Operational Control for U.S. combat forces. USTRANSCOM provides command and control (C2) for the synchronized transportation, distribution, and sustainment of personnel and assets, making possible the projection and maintenance of national power wherever needed with speed and agility, high efficiency, and a high level of trust and accuracy. The Joint Enabling Capabilities Command provides mission-tailored, joint capability packages to Combatant Commanders in order to facilitate rapid establishment of Joint Force Headquarters, fulfill Global Response Force execution and bridge joint operational requirements. The JECC delivers unmatched joint operational command and control enablers to Joint Force Commanders conducting emergent full spectrum operations. JECC Command, Control, Communications, and Cyber (C4) Systems (C4S) Directorate (J6) provides essential C5S support to the JECC Commander in performance of the command's mission to provide mission-tailored, joint capability packages to meet national security objectives. The JECC C5 environment interfaces with numerous on-site and remote commercial, DOD, military service specific, and other common-user networks. Together, these environments culminate into one of four distinct operating environments--Secret Internet Protocol Router Network (SIPRNET), Non-secure Internet Protocol Router Network (NIPRNET), Department of Defense Intelligence Information System (DODIIS)/Joint Worldwide Intelligence Communications System (JWICS), and commercial internet environments. A myriad of applications make use of the JECC C5 infrastructures by providing access and services to the JECC user community. Scope The scope of the contract effort is to provide a broad range of Command, Control, Communications, Cyber, and Collaboration Support (C5S) capabilities to support the JECC missions. Information Technology (IT) technical skills will be required to support the JECC C5 environment, which interface with numerous on-site and remote commercial, DoD, service, and common-user networks (i.e., Secret Internet Protocol Router Network (SIPRNET), Non-secure Internet Protocol Router Network (NIPRNET), and Department of Defense Intelligence Information System (DODIIS)/Joint Worldwide Intelligence Communications System (JWICS)). Additional support will be required to support a myriad of applications that make use of the JECC C5 infrastructure by providing access and services to the JECC user community. Additionally, the contractor shall provide a range of IT services to include cyber defense, network operations and maintenance, Base Equipment Control Officer, Unit/Organization Equipment Control Officer, Deployment Equipment, Life Cycle Sustainment, Disposal of ADPE, Degaussing of ADPE, Critical Infrastructure Protection Incident Handling and Reporting, Information Assurance, User Account/Permission Management, SIPRNet Hardware Token Support, Security Exemptions / Waiver Management, Integrated Electronic Security Systems (IESS) Sustainment, Communications Security (COMSEC) and Electronic Key Management Systems (EKMS) Support Services, Deployment Support, IT planning, system integration, technical testing and evaluation, analysis and guidance, software management, systems administration, purchase of hardware and software, hardware repair and enhancements, software configuration, end user devices support, architecture and infrastructure management, system management, audio visual and video teleconferencing, Contingency of Operations (COOP) sustainment, and all deliverables related to these services. See draft Performance Work Statement (PWS). White Paper Interested parties are requested to submit the following information in the format of a White Paper as outlined below. The White Paper should be concise (no more than 5 pages) and address only the information requested below (title pages, cover letter, etc., will not count against the 5 page limit). Again, this information will support market research activities within SDDC. A. Company Information: General information, including CAGE B. Business size C. Capabilities: Generally describe your company's abilities and interest in fulfilling USTRANSCOME'S JECC C5 Support. The Government is not asking for disclosure of specific or detailed innovative solutions. Specifically identify the following: 1) Knowledge and experience in supporting the C4 in an in-garrison environment as described in the draft PWS. 2) Knowledge and experience in supporting C4 in an organization that must deploy military personnel and C4 resources in a time constrained environment. 3) Knowledge and experience in supporting deployed personnel and exercise environments. The contractor will not operate in a deployed environment. 4) Knowledge and experience in developing and integrating collaborative tools, programs, and capabilities as described in the draft PWS. D. Identify any DOD or other contract vehicle(s) your company has that you feel would satisfy this requirement. E. Provide a list (General) of organizations your company has recently supported (within the last 3 years)/or current supports for traffic engineering services in the commercial marketplace and DOD. See FAR 2.101(b)(6) for definition of a commercial service. F. Any Other Information Deemed Useful to the Government. Submission Information Responses to this Sources Sought must be submitted via e-mail to Ms. Nancy Geisler at nancy.l.geisler.civ@mail.mil no later than 1500 CT, Thursday, 19 November 2015. Please refer any questions to Ms. Nancy Geisler via e-mail. Questions must be submitted no later than 1500 CT, Friday, 13 November 2015. The Government is not seeking questions in regards to the PWS.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/ODA/USTC/USTRANSCOM/HTC711-16-ZD04/listing.html)
 
Place of Performance
Address: Naval Station Norkfolk Virginia, contractor facilities, and MacDill AFB Florida., Norfolk, Virginia, 23502, United States
Zip Code: 23502
 
Record
SN03941898-W 20151111/151109234215-142393e8e21888e28518e35903988a76 (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.