Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JULY 12, 2020 SAM #6800
SOURCES SOUGHT

99 -- IT Operational Support for the Department of Defense Office of Inspector General

Notice Date
7/10/2020 11:04:02 AM
 
Notice Type
Sources Sought
 
Contracting Office
IT CONTRACTING DIVISION - PL83 SCOTT AFB IL 622255406 USA
 
ZIP Code
622255406
 
Solicitation Number
832016382
 
Response Due
7/17/2020 6:00:00 AM
 
Archive Date
08/01/2020
 
Point of Contact
R. DeAnn Mooney, Phone: 618-418-6057, Tamara Norrenberns, Phone: 618-418-6386
 
E-Mail Address
rebecca.d.mooney.civ@mail.mil, tamara.j.norrenberns.civ@mail.mil
(rebecca.d.mooney.civ@mail.mil, tamara.j.norrenberns.civ@mail.mil)
 
Description
The Defense Information Systems Agency (DISA) is seeking sources to acquire information technology (IT) operational support for the Department of Defense (DoD) Office of Inspector General (OIG).� CONTRACTING OFFICE ADDRESS: DISA/Defense Information Technology Contracting Organization (DITCO)/PL8312� 2300 East Drive Scott Air Force Base, Illinois 62225-5406 INTRODUCTION: This is a SOURCES SOUGHT ANNOUNCEMENT to determine the availability and technical capability of small businesses and large business (including the following subsets, Small Disadvantaged Businesses,� Certified 8(a), Service-Disabled Veteran-Owned Small Businesses, HUBZone Small Businesses and Woman Owned Small Businesses) to provide the required products and/or services. The DoD OIG is seeking information for potential sources to serve as a managed service provider (MSP) to supply holistic IT support.� This partner will collaborate with DoD OIG personnel to oversee a portfolio of systems to ensure quality, performance, and efficiencies are realized.� This MSP will provide strategic and tactical support, integrating with all DoD OIG echelons and external entities.� Based on implemented technologies, Microsoft Certified Gold Partner (with capabilities such as Microsoft Risk Assessment Program (RAP) as a service and rapid (direct-immediate) issue escalation and reach back to Microsoft Engineering Resources) support is required to efficiently and effectively maintain the DoD OIG systems.� Additionally, the DoD OIG requires that the MSP partner implement DoD-approved industry standards and best practices to implement and sustain mature capabilities.� These requirements are necessary to support various Functional Sponsors and customer-bases, to include internal and external Federal organizations.� Internal to DoD OIG, these entities include Administrative Investigations, the Defense Criminal Investigative Service, and other DoD OIG organic personnel.� The designated MSP will be the primary IT operational support integrator for the systems listed, collaborating with DoD OIG and existing Contractor personnel. The projected timeframe for this effort is a 12-month base period and four 12-month option periods.� The estimated date of award for this effort is December 10, 2020.� A transition period of 45 days is planned from the current service provider to the awarded Managed Service Provider vendor support. The primary place of performance will be Alexandria, Virginia. DISCLAIMER: THIS SOURCES SOUGHT ANNOUNCEMENT 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 SOURCES SOUGHT ANNOUNCEMENT IS STRICTLY VOLUNTARY. CONTRACT/PROGRAM BACKGROUND: Contract Number:� HC102817F1516 Contract Type: Firm fixed price Incumbent and their size: Microsoft Corporation, Large Business Method of previous acquisition: Single award indefinite delivery indefinite quantity contract vehicle.� �� Anticipated period of performance:� January 4, 2021 through January 3, 2022 base year with four 1-year option periods.� REQUIRED CAPABILITIES: In accordance with the Performance Work Statement (PWS) (Program Management: Task Area 1 and Project Management: Task Area 2), the DoD OIG requires program and project oversight of the systems listed, including strategic evaluation and assessments, working level collaboration and execution, all in an effort to maintain an IT operational support posture that meets functional sponsor/customer expectations.� Describe your experience with managing Microsoft and/or customer relationship management systems, commercial off the shelf software with custom code implementation, case management systems, DevSecOps, implementation of Scrum/SAFe or similar frameworks, and compliance with Federal, DoD, and industry standards. In accordance with the PWS, the DoD OIG is seeking a defense partner that understands, forecasts, and prioritizes in scope organizational needs which enable business line users to focus on performing their mission.� Please provide your existing business plan to ensure senior management, middle/project management, and technical personnel remain integrated - frequently communicating, iteratively collaborating, productive, and sustaining a positive working environment.In accordance with the PWS (Systems Engineering: Task Area 5, System Design: Task Area 6, Configuration, Change Management, and Deployment: Task Area 7, and Test and Evaluation: Task Area 8), the DoD OIG requires infrastructure, platform, and software application support of which includes maintaining an acceptable level of reliability and availability that meets functional sponsor/customer expectations for critical systems that contain sensitive information.� Describe your experience sustaining Microsoft and/or customer relationship management systems, commercial off the shelf software with custom code implementation, case management systems, DevSecOps, implementation of Scrum/SAFe or similar frameworks, and compliance with Federal, Department of Defense, and industry standards. In accordance with the PWS (Operations, Maintenance, and Sustainment: Task Area 10 and Help Desk: Task Area 11), the DoD OIG requires front end administration of supported environments, platforms, and applications and advanced help desk support which includes receipt, triage, and resolution of issues in a timely manner - communicating with internal DoD OIG members, external Government wide help desks from identification through adjudication.� Describe your experience maintaining front end systems; integration with organizationally and geographically dispersed help desk support; structure for tracking, escalating, and resolving tickets; preventative maintenance; 24 x 7 CONUS/OCONUS sustainment and (as required) surge support. In accordance with the PWS (Training: Task Area 9), the DoD OIG requires training support for system users, to include training materials, web based training, and hosting, communication of documentation pertinent for user base learning, adoption, and/or update for customized implementation.� Describe your experience in drafting, delivering, and distributing training artifacts listed above, including lessons learned, iterative content updates and maintenance, and prioritizing user satisfaction.� Additionally, describe your experience with knowledge transfer in train-the-trainer scenarios. SPECIAL REQUIREMENTS: Must have Secret Facility Clearance.� Please provide your current Facility Clearance level. The contractor personnel will require access up to Secret by contract award.� SOURCES SOUGHT: The North American Industry Classification System Code (NAICS) for this requirement is 541512, with the corresponding size standard of $30 million.� 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.� Please outline 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 Small Business; CAGE Code; Your contract vehicles that would be available to the Government for the procurement of the product and/or service, to include ENCORE III, SETI, NIH, NASA SEWP, General Service Administration (GSA): OASIS, ALLIANT II, VETS, STARS II, Federal Supply Schedules (FSS) (including applicable SIN(s)), or any other Government Agency contract vehicle that allows for decentralized ordering.� (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 July 14, 2020, 4:00 PM Eastern Daylight Time (EDT) to rebecca.d.mooney.civ@mail.mil.� Interested businesses should submit a brief capabilities statement package addressing the specific questions (no more than seven pages) and demonstrating ability to perform the services listed under Required Capabilities. 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 personnel reviewing submitted 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
SAM.gov Permalink
(https://beta.sam.gov/opp/29eb384b8d7145f3ae3b2674b16a1f06/view)
 
Place of Performance
Address: Alexandria, VA, USA
Country: USA
 
Record
SN05718261-F 20200712/200710230202 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.