Strategic Integration and Systems Engineering Support

expired opportunity(Expired)
From: Federal Government(Federal)
831813872

Basic Details

started - 31 Aug, 2018 (about 5 years ago)

Start Date

31 Aug, 2018 (about 5 years ago)
due - 18 Sep, 2018 (about 5 years ago)

Due Date

18 Sep, 2018 (about 5 years ago)
Bid Notification

Type

Bid Notification
831813872

Identifier

831813872
Defense Information Systems Agency

Customer / Agency

Defense Information Systems Agency
unlockUnlock the best of InstantMarkets.

Please Sign In to see more out of InstantMarkets such as history, intelligent business alerts and many more.

Don't have an account yet? Create a free account now.

 SOURCES SOUGHT ANNOUNCEMENTThe Defense Information Systems Agency (DISA) is seeking sources for Strategic Integration and Systems Engineering Support for Operations Readiness Division (CE5). CONTRACTING OFFICE ADDRESS:  DISA/DITCO-Scott PL8311 2300 East Drive, Building 3600 Scott AFB, IL, 62225-5406 INTRODUCTION: This is a SOURCES SOUGHT TECHNICAL DESCRIPTION to determine the availability and technical capability of small businesses (businesses (including the following subsets, Small Disadvantaged Businesses; Certified 8(a), Service-Disabled Veteran-Owned Small Businesses and Woman Owned Small Business)  to provide the required products and/or services.   CE5 is seeking information for potential sources to provide Project Management Support, Deliberate Planning, Network Operations (NetOps) Readiness Review Board (NRRB) Support, Programs/Services NetOps Subject Matter Expert (SME) Support, Strategic Planning Guidance Support, and Transforming and Evolving Agency Operational Readiness
Support.    CE5 is responsible for synchronizing, coordinating, and focusing the full capabilities of DISA to support Combatant Commanders and the Chairman of the Joint Chiefs of Staff in their execution of contingency missions, deliberate planning, joint exercises, crisis action processes, and critical infrastructure protection.  Additionally, CE5 manages the Agency's contingency operations, quality management, and joint readiness review programs.  The Operational Readiness Division is the agency focal point for NetOps requirements, standards, policies, and processes.  OPS facilitate enterprise-wide implementation and operations of NetOps and Cybersecurity solutions across the Department of Defense Information Network (DODIN) for the nation's warfighters and all those who support them.   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: HC1028-08-D-2015 VC36Contract Type: Firm Fixed PriceIncumbent and their size: BAH, Large BusinessMethod of previous acquisition: Fair Opportunity on ENCORE II. Brief Description of the current program effort: CE5 supports the Cyber Operations Directorate mission.  This effort provides support services for strategic planning, strategic integration, system engineering analysis, Defense Readiness Reporting System (DRRS), and deliberate planning support to CE5 to maintain and evolve the NetOps Readiness Review Process (NRRP).  The NRRP is the overall process that exists to ensure that Information Technology (IT) products and capabilities DISA provides can be operated and sustained prior to their fielding.  To that end, the NRRP provides the framework to identify and resolve issues associated with operationalizing DISA IT products and capabilities that the acquisition and certification & accreditation processes do not address. Integrate DISA services into the Operational Framework at reduced risk and cost.  Improve mission partner engagement and advocacy; collaborate on strategic direction, OPS policy and guidance to ensure accountability, legality, and operational efficiencies; and Improve DISA services through direct engineering requirements analysis and design. The contractor performing under this effort will support activities necessary to ensure DISA is able to operate and support the DoDIN, which includes enterprise infrastructure sustainment, information sharing services, cybersecurity, command and control, end-to-end enterprise-wide systems engineering and strategic planning.   CE5 anticipates award to commence performance as of  April 3, 2019, with a one-year base and four one-year option periods. Place of Performance: DISA Headquarters (DISA HQ) complex, Command Building, 6910 Cooper Avenue, Ft.  Meade, MD 20755-7088. REQUIRED CAPABILITIES: •a)       The primary objective of this procurement is to obtain technical skills to support the CE5, and Service Operations Support efforts to provide Task Order and Program Management Support, NRRB Support, Program Engagement Services Support, Operations Strategic Planning and Guidance Support, and Transform and Evolve Agency Readiness Support.  Describe your expertise, knowledge, and capabilities as it relates to this objective.   •b)      Demonstrate the knowledge, skills, and abilities to perform the Governance Board Secretariat function for the NRRB, and support regular monthly and ad-hoc meetings.  The contractor shall support and assist with developing meeting agendas, preparing for/conducting the meetings, and establishing mechanisms for, and managing communications to the board membership & communities of interest to include DISA field commands/offices and mission partners.  The contractor shall support and analyze DISA programs from an operational readiness, and the develop NetOps certification recommendations.  Additionally, the contractor shall publish, maintain, and refresh the governance board charter annually. •c)       The integration of DISA Services into the Operational Framework uses the NRRP processes on specifically identified IT products and capabilities that DISA provides to ensure they can be operated and sustained prior to their fielding.  To that end, key DISA programs and services will be identified and designated for a contractor to work directly within the assessment and design of the operational integration plan and implementation.  Advocating for mission partner requirements as they pertain to Agency IT products and capabilities requires a certain amount of outreach to the Field Commands/Offices, Defense Enterprise Computing Centers (DECCs), DISA NetOps Centers (DNCs), Services and agencies.  Therefore, the objective is to fundamentally analyze and consolidate requirements from multiple operational stakeholders to better shape and influence Agency IT products and capabilities to better meet the needs of all.  The contractor must demonstrate the knowledge, skills, and abilities to update and maintain information about DISA IT products and capabilities on portals and other Information Sharing/Knowledge Management (IS/KM) tools for dissemination to Field Commands/Offices, DECCs, DNCs, Services and Agencies.  The contractor must demonstrate knowledge, skills, and abilities to administer and/or modify the KM tools as needed. •d)      Demonstrate the knowledge, skills, and abilities to operate the Defense Readiness Reporting System (DRRS) to document and support the transformation and evolution of Agency readiness processes to facilitate the development of the Agency Mission Essential Task List (METL).  Demonstrate the ability to research and gain knowledge of DISA in order to produce instructions, analysis reports, briefings for senior leaders, and policies to improve the assessment of the Agency Readiness posture.  The contractor shall support the sharing of information between Combat Support Agency (CSA) Readiness Officers through the CSA working group.   •e)       Demonstrate the knowledge, skills, and abilities to research and gain knowledge of DISA's strategic goals and key objectives that fundamentally represent a roadmap for achieving the Agency's vision in alignment with DoD strategic objectives, Congressional directives and Executive branch policy.  The objective of this effort is to set goals, develop methods, and ensure progress in the organization reaching its goals.  Contractor SMEs must possess an intrinsic understanding of the operations capabilities needed to execute DISA operational missions. •f)       Demonstrate the knowledge, skills, and abilities to manage the budget planning process at the directorate level.  This includes preparing Program Objective Memorandum (POM) submissions and out of cycle budget requests through DISA to the Office of the Secretary of Defense. •g)       Demonstrate the knowledge, skills, and abilities to operate within the DoD deliberate planning process to support operational plan development and provide strategic information to be published in the Agency Campaign Support Plan.   SPECIAL REQUIREMENTS  Personnel filling technical roles and/or working onsite will be required to access classified information, up to and including TOP SECRET for Sensitive Compartment Information (TS/SCI).  Clearances will be required at time of proposal. SOURCES SOUGHT:The anticipated North American Industry Classification System Code (NAICS) for this requirement is 541519 with the corresponding size standard of $27.5M.  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.  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 NLT September 18, 2018 4:00 PM Eastern Daylight Time (EDT) to disa.scott.ditco.mbx.disa-sponsored@mail.mil.  Interested businesses should submit a brief capabilities statement package (no more than seven pages) demonstrating ability to perform the services listed in the required capabilities and special requirements sections above.   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 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. Contact Information: John B. Wilson, Contract Specialist, Phone 6184186692, Email john.b.wilson48.civ@mail.mil Office Address :2300 East Dr.Building 3600 Scott AFB IL 62225-5406 Location: DITCO-Scott Set Aside: N/A

DITCO-ScottLocation

Address: DITCO-Scott

Country : United States

You may also like

ENGINEERING SERVICES CONTRACT (ESC) FOR C-20C-37 FLEETS

Due: 31 May, 2024 (in 1 month)Agency: DEPT OF DEFENSE

B-2 NEXT GENERATION ZONAL RADAR

Due: 17 Mar, 2026 (in 22 months)Agency: DEPT OF DEFENSE

COE STRATEGIC SUPPORT

Due: 02 Jan, 2026 (in 20 months)Agency: FEDERAL ACQUISITION SERVICE

Please Sign In to see more like these.

Don't have an account yet? Create a free account now.

Classification

NAISC: 541519 GSA CLASS CODE: D