Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 14, 2018 FBO #5955
SOURCES SOUGHT

R -- Defense Red Switch Network Operational - Sources Sought Notice

Notice Date
3/12/2018
 
Notice Type
Sources Sought
 
NAICS
541512 — Computer Systems Design Services
 
Contracting Office
Defense Information Systems Agency, Procurement Directorate, DITCO-NCR, P.O. BOX 549, FORT MEADE, Maryland, 20755-0549, United States
 
ZIP Code
20755-0549
 
Solicitation Number
621809647
 
Point of Contact
Claudia G. Melgar, , Adelis M Rodriguez,
 
E-Mail Address
claudia.g.melgar.civ@mail.mil, adelis.m.rodriguez.civ@mail.mil
(claudia.g.melgar.civ@mail.mil, adelis.m.rodriguez.civ@mail.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Sources Sought Notice for the Defense Red Switch Network. SOURCES SOUGHT ANNOUNCEMENT The Defense Information Systems Agency (DISA) and the USCYBERCOM Capabilities Development Group is seeking sources for Defense Red Switch Network (DRSN) Operational CONTRACTING OFFICE ADDRESS: DISA/PSD, PL6 PO Box 549 Fort Meade, MD 20755 INTRODUCTION: This is a SOURCES SOUGHT TECHNICAL DESCRIPTION to determine the availability and technical capability of small businesses (including the following subsets, Small Disadvantaged Businesses, and Certified 8(a), Service-Disabled Veteran-Owned Small Businesses and Woman Owned Small Business) to provide the required products and/or services. DISA Headquarters and U.S. CYBERCOM are seeking information for potential sources to support the Defense Red Switch Network (DRSN). The contractor will be responsible for the daily operational support of the DRSN system and supporting equipment at DISA Headquarters and U.S. CYBERCOM sites. 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: HC1047-15-F-0043 Contract Type: FFP Incumbent and their size: Koniag Information Security Services, Inc. Method of previous acquisition: GSA Stars II, 8(a) Sole Source DISA-Defense Red Switch Network provides support for the day-to-day operation of network switches, transmission facilities, and related equipment. The support also supports DRSN hardware and software; troubleshoot and repair equipment failures; reconfigure network assets in response to valid tasking; maintain configuration control over assets; and report local conditions that could affect network operations. The anticipated need for these services is 4th quarter FY18 The anticipated location for the services is: DISA Headquarters and U.S. CYBERCOM at Fort Meade, MD. REQUIRED CAPABILITIES: a) Describe your experience with your broad technical knowledge of DRSN systems and all peripheral equipment. Also, with your knowledge of IT systems in a highly secure environment. b) Describe your experience with with the security posture of the system. Describe your experience with your ability to packet the system and fix vulnerabilities in a timely manner. Describe your experience with maintaining an Authority to Operate (ATO) for the DRSN system. c) Describe your experience with customer support and outreach is important. Describe your experience with on-call 24 hours support for emergency outages. d) Describe your experience with preforming systems upgrades and repair. Describe your experience to mission critical and maximum uptimes. SPECIAL REQUIREMENTS Performance of the anticipated work requires contractor staff to have a Top Secret (TS) with Secret Compartmentalized Information (SCI) security clearance at the time of award. Contractors working at U.S. CYBERCOM will require a Top Secret SCI with life style polygraph before employment. SOURCES SOUGHT: The anticipated North American Industry Classification System Code (NAICS) for this requirement is 541512, with the corresponding size standard of $27.5 million. This Sources Sought Synopsis is requesting responses to the following criteria ONLY from 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 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 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: 1) Business name and address; 2) Name of company representative and their business title; 3) Type of Small Business; 4) Cage Code; 5) 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 no later than March 28, 2018 9:00 AM Eastern Daylight Time (EDT) to Claudia.g.melgar.civ@mail.mil and Adelis.m.rodriguez.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.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DISA/D4AD/DTN/621809647/listing.html)
 
Place of Performance
Address: National Capital Region, United States
 
Record
SN04850742-W 20180314/180312230952-f39a033acb2699335d12258fee829346 (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.