Defense Information Systems Network (DISN) Mission Support Office (MSO) Application Services and Ancillary Support

expired opportunity(Expired)
From: Federal Government(Federal)
832468557

Basic Details

started - 19 Dec, 2023 (4 months ago)

Start Date

19 Dec, 2023 (4 months ago)
due - 03 Jan, 2024 (3 months ago)

Due Date

03 Jan, 2024 (3 months ago)
Pre-Bid Notification

Type

Pre-Bid Notification
832468557

Identifier

832468557
DEPT OF DEFENSE

Customer / Agency

DEPT OF DEFENSE (709800)DEFENSE INFORMATION SYSTEMS AGENCY (DISA) (8676)IT CONTRACTING DIVISION - PL83 (362)

Attachments (1)

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.

NOTICE OF INTENT TO AWARD SOLE SOURCEThe Defense Information Systems Agency (DISA)/Defense Information Technology Contracting Organization intends to negotiate a sole source contract with Advanced Enterprise Joint Venture, LLC (AEJV) for Defense Information Systems Network (DISN) Mission Support Office (MSO) Application Services and Ancillary Support. A sole source Justification & Approval (J&A) document has been completed and approved in accordance with Federal Acquisition Regulation (FAR) 6.302-1. A copy of the redacted J&A will be posted on SAM.gov to comply with the public display requirements of FAR 6.305.The proposed contract action is for the procurement of services to provide direct support for programs and projects within the DISA Transport Program Executive Office Transport Services Directorate (IE) that reflect on real time global enterprise network service capabilities to Department of Defense (DoD) agencies and military departments. The Government has a need for services
which support DoD Information Technology (IT) policy analysis and development; IT product support and costing; tracking of customer and DISN IT network projects; customer meeting support; developing recommendations and processes in support of DISN policies and processes; conducting analyses of Requests for Change; Enterprise Architecture (EA) acquisition planning and strategies; budget and exhibit development; quality assurance; IT issue papers and white papers; and EA business case and cost benefit analyses. As a result of reorganizations within DISA and DISA IE restructuring efforts, a contract strategy was developed to better allow for an integrated approach and reduction of redundant services across the directorate. This revised contract strategy has resulted in a delay of requirements generation for affected contracts/orders and their follow-on efforts. This proposed bridge contract action will extend current support for the DISN MSO Support requirement to allow time to complete the realignment of tasks into existing or new contracts/task orders without a loss or delay of support ensuring the continuity of mission critical DISN MSO support services to DISA and the DoD community. Efforts are currently ongoing to pursue two new competitive task orders to support IE’s service requirements. Relevant task areas from this requirement will move to a new task order, Transport Services Strategic Advisory Support (TSSAS), and it is expected that this requirement will be competed among small business vendors allowing for fair opportunity. However, it is not currently feasible to award the follow-on task order prior to the expiration of the current task order. At this time, the incumbent contractor, AEJV, is the only source capable of fulfilling this requirement within the necessary time frame and without risk of a substantial break in service/support to DISA and its mission partners. AEJV is uniquely postured to support the current DISN MSO Application Services and Ancillary Support task order without a significant duplication of cost or delays in support while the follow-on is awarded and transitioned. AEJV understands the requirements and currently possess the requisite expertise and relevant experience. The support requires meticulous and highly technical skillsets which are not readily available in the marketplace in the timeframe necessary.The statutory authority for other than full and open competition is 10 USC 2304 (c) (1), as implemented by FAR 6.302-1(a)(2)(iii), only one responsible source and no other supplies or services will satisfy agency requirements. Companies who believe they can provide this service must indicate their interest in writing within 15 days of this notification and include a detailed capability statement. No reimbursement for any cost connected with providing capability information will be provided. All responsible sources will be considered in evaluating the determination to issue a sole-source contract. Quotations or proposals received in response to this notice cannot be accepted since this synopsis cannot be considered a request for quote or a request for proposal. A solicitation will NOT be posted to SAM.gov due to the sole source nature of the requirement. The North American Classification System (NAICS) code 541512 will be used for determining company size status.CONTRACT/PROGRAM BACKGROUND:Contract Number: GS06F0599Z/HC102818F1388Contract Type: Cost Plus Fixed Fee and Cost Reimbursable Travel Incumbent and their size and CAGE: Alliant Enterprise Joint Venture, LLC, 4L5L3Method of previous acquisition: Competitively awarded as a small business set aside against the GSA Alliant Small Business Governmentwide Acquisition Contracts.Period of performance: September 24, 2018 – February 2, 2024SPECIAL REQUIREMENTS: All personnel performing on or supporting a DISA contract in any way shall be U.S. citizens. Work performed under this contract/order is up to the Top-Secret level for some personnel. Therefore, the company must have a final Top Secret Facility Clearance from the Defense Counterintelligence and Security Agency Facility Clearance Branch.Points of Contact: Contracting Officer: Shamra Y. Joiner, shamra.y.joiner.civ@mail.milContract Specialist: Jason Day, jason.j.day.civ@mail.mil

Fort George G Meade ,
 MD  20755  USALocation

Place Of Performance : N/A

Country : United StatesState : MarylandCity : Fort Meade

Office Address : BUILDING 3600 2300 EAST DRIVE SCOTT AFB , IL 62225-5406 USA

Country : United StatesState : IllinoisCity : Scott Air Force Base

You may also like

Please Sign In to see more like these.

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

Classification

naicsCode 541512Computer Systems Design Services
pscCode DF01IT AND TELECOM - IT MANAGEMENT SUPPORT SERVICES (LABOR)