Sources Sought Notice – Sources Sought for ADCS3
Federal Information & News Dispatch, Inc. |
Notice Type: Sources Sought Notice
Posted Date:
Office Address:
Subject: Sources Sought for ADCS3
Classification Code: D - Information technology services, including telecommunications services
Solicitation Number: PL8223201401
Contact:
Setaside: N/AN/A
Place of Performance (address): The contractor project office will be located within 25 miles of
Place of Performance (zipcode): 32403
Place of Performance Country: US
Description:
DITCO-Scott
SOURCES SOUGHT ANNOUNCEMENT The
CONTRACTING OFFICE ADDRESS: DISA,
INTRODUCTION:
This is a SOURCES SOUGHT DESCRIPTION to determine the availability and functional capability of large businesses, small businesses (including the following subsets, HUBZone Firms; Certified 8(a), Veteran-Owned Small Business, Service-Disabled Veteran-Owned Small Business, Small Disadvantaged Business and Woman Owned Small Business) to provide the required products and/or services.
DISA is seeking information for potential sources to provide reliable communications to enable command and control (C2) for the Air Defense of the U.S. via the ADCS3 requirement. The contractors are to provide sustaining engineering to keep the communications provided with the ADCS3 viable over the intended lifecycle. As part of this requirement, the Government seeks to maintain the availability of the ADCS for voice and data communications, institute a program of Life Cycle Management, provide assistance to the Government Program Management Office (GPMO) and strengthen the Information Assurance (IA) program to ensure the integrity of the communications systems and subsystems.
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 SOURCE SOUGHT ANNOUNCEMENT IS STRICTLY VOLUNTARY.
CONTRACT/PROGRAM BACKGROUND:
If there is an existing contract for the work being described, provide the following information:
1. Contract Number # HC1013-09-D-2000 2. Contract Type: Firm Fixed Price 3. Incumbent: General Dynamics Information Technology 4. Method of previous acquisition:
The current contract (ADCS2) supports the mission of maintaining command and control of airspace defense, air sovereignty and supporting Homeland Defense/Security and law enforcement efforts in counter-narcoterrorism for
Period of Performance: One base year and four option years with anticipated start date of 3rd quarter fiscal year 2015.
Places of Performance.
The contractor project office will be located within 25 miles of
Government Program Management Office (GPMO) at AFNORTH/A6 located at
Eastern Air Defense Sector (EADS) EADS is located at
Western Air Defense Sector (WADS) WADS is located at Joint Base Lewis McChord,
The Hawaiian Air Defense Sector (HADS) HADS is located at
Remote Locations. The HADS and each ADS interface with a number of remote locations within its geographical area of responsibility. Remote locations include radar sites, Ground-Air-Ground [GAG] radio facilities, Alert Fighter Scramble Detachments (air defense fighter aircraft on standing alert), Tethered Aerostat Radar Sites [TARS], Integrated Air Defense Systems (IADS) (i.e.
REQUIRED CAPABILITIES:
The ADCS3 contractor shall provide single system management, maintenance, life cycle management, repair, and logistics support of the existing communications systems and subsystems used in support of the NORAD,
The following is a synopsis of the capabilities:
Sustainment * Network monitoring (working w/DISA,
Maintenance * 24/7/365 on-site support to ANR, CONR CAOC, EADS and WADS * Repair and replacement of operational equipment * Scheduled - (Preventative Maintenance) * Unscheduled - (Corrective Maintenance) * Tier 1 Support - (Diagnostic and Technical) * Configuration management & updates * Trouble ticket management * Must conduct activities with DoD and civilian agencies * Function in accordance with USAF, Air National Guard ANG, DISA and the
Remote Maintenance * CONUS o Sites other than EADS/WADS and the CONR CAOC are considered remote o Contractor maintenance responsibilities are shared with
* HADS Maintenance o
Lifecycle Management * Must provide for a continuous assessment of the ADCS enterprise infrastructure * Assessment will take into account o IA Requirements o Technology changes o Diminishing sources/supportability o Spares, failure rates, & inventory levels o Engineering new solutions o Business processes to include Change Management & Training * Support "Mission Surge
CIL * Risk Management * Sustain a "mirror image" communications equipment suite, to include technician & engineering support at government operational facilities (fixed sites and remote locations) * Equipment shall be configured similar to operational systems for contractor use in sustainment engineering, maintenance analysis, troubleshooting, testing, and training. (Integration of technologies) * Location -
IA Certification & Accreditation Support * Guidance - Contractor will follow the DoD Information Assurance Certification and Accreditation (C&A) Process (DIACAP) and/or the emerging DoD Information Assurance Risk Management Framework (DIARMF) * Must continuously work with AFNORTH Information Assurance Managers (IAM) on C&A requirements
Configuration & Change Management * Baseline and Configuration/Change Management * Develop command and site-unique drawings * Maintain architecture and interoperability documentation * Provide direct support to Configuration Control Boards * Support for hardware and software changes
Program Management * Perform program/project management and administration tasks including tracking cost and schedule variances, developing briefings and reports, and monitoring assigned aspects of program performance * Experience with developing and applying engineering techniques and procedures to analyze and evaluate specific problem, data, or other features of the work which are broad in scope and complexity
SPECIAL REQUIREMENTS
Contractor personnel will have unescorted access in a DoD Controlled area and, therefore, MUST have security clearance minimum level of Secret, at start of the performance period, based on a favorable National Agency Check with Law and Credit (NACLC) investigation. The NACLC will be used as the initial investigation for contractors at the Confidential, Secret access levels.
In order to accomplish the requirements of the Performance Work Statement, it is required that the contractor addresses, at a minimum, the following areas:
* Ensure the systems and subsystems are meeting the contract quality performance standards * Past experience and proven expertise with the development and processing of DIACAP certification packages for legacy systems * Past experience conducting information assurance certification and accreditation efforts across geographically separated units on systems under active use for command and control * Experience and proven subject matter expertise with the conversion of certification and accreditation packages to updated criteria and processes
SOURCES SOUGHT: The anticipated North American Industry Classification System Code (NAICS) for this requirement is 517919 All Other Telecommunications with the corresponding size standard of
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 Large Business, Small Businesses, Small Disadvantaged Businesses, Veteran Owned Small Business, 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 to fulfill the ADCS3 requirement. 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
Interested businesses should submit a brief capabilities statement package (no more than ten pages) demonstrating ability to perform the services listed in this sources sought announcement. Address the capability questions posed above. Sources Sought shall be compatible with
All questions regarding this Sources Sought shall be submitted in writing by email to [email protected]. Verbal questions will NOT be accepted.
Vendors who wish to respond to this should send responses via email NLT
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 Sources Sought 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.
Link/URL: https://www.fbo.gov/spg/DISA/D4AD/DITCO/PL8223201401/listing.html
Copyright: | (c) 2013 Federal Information & News Dispatch, Inc. |
Wordcount: | 2340 |
Sources Sought Notice – D– ACC-RI is requesting information to inform the acquisition strategy for Installation Modernization II (IMOD-II) contracts which will succeed the current IMOD suite of contracts.
Advisor News
Annuity News
Health/Employee Benefits News
Life Insurance News