Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 03, 2016 FBO #5306
SOURCES SOUGHT

R -- Microsoft Enterprise Technical Support Services II

Notice Date
6/1/2016
 
Notice Type
Sources Sought
 
NAICS
541512 — Computer Systems Design 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
METSS-II
 
Archive Date
6/30/2016
 
Point of Contact
Kevin L. Poore, Phone: 6182299263
 
E-Mail Address
kevin.l.poore.civ@mail.mil
(kevin.l.poore.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
The Defense Information Systems Agency (DISA) is seeking sources for the establishment of a Single-Award Indefinite-Delivery/Indefinite-Quantity (ID/IQ) contract providing Microsoft Consulting Services (MCS) and Microsoft Premier Services (MpS). CONTRACTING OFFICE ADDRESS: DISA, Procurement Directorate (PSD), Defense Information Technology Contracting Organization (DITCO)-Scott, 2300 East Drive Bldg. 3600, Scott AFB, IL, 62225-5406. INTRODUCTION: This is a SOURCES SOUGHT TECHNICAL DESCRIPTION to determine the availability and technical capability of any large or small businesses (including the following subsets, Small Disadvantaged Businesses, HUBZone Firms; Certified 8(a), Service-Disabled Veteran-Owned Small Businesses and Woman Owned Small Business) to provide the required products and/or services. The Implementation and Sustainment Center, Logistics and Services Contracts Division is seeking information for potential sources for specialized support in the form of MCS and MpS which allow for direct and rapid access to Microsoft's proprietary data and closed-source code for current and future enterprise applications and technical support. Specific services needed are "Microsoft Blue Badge Cardholder-support" services which require access rights to Microsoft's (closed-source) code, which is currently licensed under the exclusive legal right of the Microsoft Corporation. "Microsoft Blue-Badge Contractors" have direct access to several restricted Microsoft internal websites, proprietary data, closed-source code and portals. DISCLAIMER: THIS SOURCES SOUGHT IS FOR INFORMATIONAL PURPOSES ONLY. THIS IS NOT A REQUEST FOR PROPOSAL. IT DOES NOT CONSTITUTE A SOLICITATION AND SHALL NOT BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT. RESPONSES IN ANY FORM ARE NOT OFFERS AND THE GOVERNMENT IS UNDER NO OBLIGATION TO AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCEMENT. NO FUNDS ARE AVAILABLE TO PAY FOR PREPARATION OF RESPONSES TO THIS ANNOUNCEMENT. ANY INFORMATION SUBMITTED BY RESPONDENTS TO THIS TECHNICAL DESCRIPTION IS STRICTLY VOLUNTARY. CONTRACT/PROGRAM BACKGROUND: Contract Number: HC1028-13-D-0013 Contract Type: Firm-Fixed Price Incumbent and their size: Microsoft Corporation, Large Business Method of previous acquisition: Sole Source The current contract, known as Microsoft Enterprise Technical Support Services (METSS), was awarded with a period of performance from June 15, 2013 through June 14, 2014, with four option years extending through June 14, 2018. However, it's anticipated the ceiling amount of $575,000,000 will be reached by December 2016. PSD is currently working to exercise the third option year. The current effort is an ID/IQ contract with the ability to provide support to not only DISA, but the entire Department of Defense (DoD). The current effort enables the DISA and DoD mission partners to obtain Microsoft expertise that have access rights to Microsoft proprietary (closed-source) code, which is licensed under the exclusive legal right of the Microsoft Corporation. METSS enables direct and rapid access to MCS and MpS expertise which provides: enterprise service support, operational engineering and maintenance support, baseline configuration management, upgrades, integration, test and evaluation with the necessary emergency messaging, situational awareness, crisis action, and operational capabilities to fulfill DISA and DoD mission requirements. The anticipated period of performance of the follow-on effort is November 1, 2016 - October 31, 2021. The place of performance will vary per task order, but the effort will cover DoD locations world-wide. REQUIRED CAPABILITIES: The contractor must be able to provide MCS and MpS. The services will support the maintenance of Microsoft software products within DISA and across DoD inventory. The solutions, assistance, and consultation work will require access to Microsoft source code which is proprietary and exclusive to the Microsoft Corporation. Microsoft currently does not allow other contractors to have access to its source code. The Government requires the following professional technical support: operational engineering and maintenance support expertise, oversight to ensure that the baseline configuration, upgrades, integration, test and evaluation of the DISA and DoD's global Information Technology (IT) Enterprise Services with the necessary emergency messaging, situational awareness, crisis action, and operational capabilities to fulfill mission requirements of DISA and DoD. The services supplied allow DISA and DoD to align its IT infrastructure with the objectives of the DISA Strategic Plan as well as meeting DoD's efficiency initiatives enabling a Joint Information Environment. The following technical requirements will utilize the expertise and skills of MCS and MpS services, but are not limited to: •· Information Technology Strategic Architecture and Planning. •· Architecting and Deploying Core Infrastructure Technologies. •· Application Development Project Services. •· Cyber Security Services and Cyber Security Incident Response Services. •· Other DoD Specialized/Emerging Projects. •· Windows 10 (WIN10) Support. SPECIAL REQUIREMENTS Must have Top Secret clearance. Must be able to provide direct and rapid access to Microsoft's proprietary data and closed-source code. SOURCES SOUGHT: The anticipated North American Industry Classification System Code (NAICS) for this requirement is 541512 - Computer Systems Design Services with the corresponding size standard of $27.5 million. This Sources Sought Synopsis is requesting responses to the following criteria from large or small businesses that can provide the required services under the NAICS Code. To assist DISA in making a determination regarding the level of participation by large and small business in any subsequent procurement that may result from this Sources Sought, you are also encouraged to provide information regarding your plans to use joint venturing (JV) or partnering to meet each of the requirements areas contained herein. This includes responses from qualified and capable Large Businesses Small Businesses, Small Disadvantaged Businesses, Service Disabled-Veteran Owned Small Businesses, Women-owned Small Businesses, HUBZone Small Businesses, and 8(a) companies. You should provide information on how you would envision your company's areas of expertise and those of any proposed JV/partner would be combined to meet the specific requirements contained in this announcement. In order to make a determination for a small business set-aside, two or more qualified and capable small businesses must submit responses that demonstrate their qualifications. Responses must demonstrate the company's ability to perform in accordance with the Limitations on Subcontracting clause (FAR 52.219-14). SUBMISSION DETAILS: Responses should include: Business name and address; Name of company representative and their business title; Type of Business (size); Cage Code; Contract vehicles that would be available to the Government for the procurement of the product and service, to include ENCORE II, General Service Administration (GSA), GSA MOBIS, NIH, NASA SEWP, Federal Supply Schedules (FSS), or any other Government Agency contract vehicle. (This information is for market research only and does not preclude your company from responding to this notice.) Vendors who wish to respond to this should send responses via email NLT June 15, 2016 4:00 PM Eastern Daylight Time (EDT) to kevin.l.poore.civ@mail.mil. Interested businesses should submit a brief capabilities statement package (no more than five pages) demonstrating ability to perform the services listed in this Technical Description. Proprietary information and trade secrets, if any, must be clearly marked on all materials. All information received that is marked Proprietary will be handled accordingly. Please be advised that all submissions become Government property and will not be returned. All government and contractor personal reviewing RFI responses will have signed non-disclosure agreements and understand their responsibility for proper use and protection from unauthorized disclosure of proprietary information as described 41 USC 423. The Government shall not be held liable for any damages incurred if proprietary information is not properly identified. All responsible sources may submit a capability statement, proposal, or quotation, which shall be considered by the agency. However, the Government has determined Microsoft Corporation is the only responsible source capable of providing the services for this effort. Microsoft maintains strict control over its proprietary source code and has not licensed any other contractor to have access to this information or to work on the software products. Therefore, Microsoft Corporation is the only source to provide direct and unique access to the various Microsoft product teams, software developers and source code for current and future products enabling (a) specialized insight into the architecture of current solutions that can facilitate smooth migrations to existing and future unreleased products/versions; (b) quick and comprehensive resolution of product support, trouble-shooting and hot-fix type issues; and (c) immediate and focused technology feedback link between our customers and the product development teams to help shape the direction, features and functionality of future products. Furthermore, in a letter provided from Microsoft, dated May 4, 2016, it confirms they are the only company able to perform the necessary MCS and MpS. This combined sources sought and notice of intent to award a sole source contract meets the requirements of FAR 5.201 and DISA Acquisition Regulation Supplement (DARS) 206.302-1.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DISA/D4AD/DITCO/METSS-II/listing.html)
 
Place of Performance
Address: Multiple Locations, United States
 
Record
SN04134181-W 20160603/160601234438-361e389447d706eb78d41ff8d9eabd07 (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.