Communication Infrastructure Design

expired opportunity(Expired)
From: Federal Government(Federal)
832267177

Basic Details

started - 24 Mar, 2022 (about 2 years ago)

Start Date

24 Mar, 2022 (about 2 years ago)
due - 31 Mar, 2022 (about 2 years ago)

Due Date

31 Mar, 2022 (about 2 years ago)
Bid Notification

Type

Bid Notification
832267177

Identifier

832267177

Customer / Agency

DEPT OF DEFENSE (709057)DEFENSE INFORMATION SYSTEMS AGENCY (DISA) (8670)IT CONTRACTING DIVISION - PL83 (360)
[object Object]

SetAside

SBA(Total Small Business Set-Aside (FAR 19.5))

Attachments (3)

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 ANNOUNCEMENTTracking Number 832267177 The Defense Information Systems Agency (DISA) is seeking sources for Automation and Infrastructure.CONTRACTING OFFICE ADDRESS:  2300 East drive, Building 3600, Scott AFB, IL 62225-5406INTRODUCTION:This is a SOURCES SOUGHT ANNOUNCEMENT to determine the availability and technical capability of small businesses (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  HC38 Line of Business (LOB) Communication Infrastructure Design branches (HC382, HC384, & HC386) are seeking information for potential sources to provide technical support using standardized best practices, processes and technologies to successfully implement business solutions for Enterprise Resource Planning (ERP) workloads for all DISA technology offerings.Anticipated Period of
Performance: December 1, 2022 – November 30, 2026Anticipated Place of Performance: DISA Columbus Ohio, DISA Montgomery Alabama, and DISA Oklahoma City OklahomaDISCLAIMER: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:Incumbent Contract Number: HC102819F0077Contract Type: Firm Fixed Price (FFP)Incumbent and their size: MSM Technology, LLC - Small BusinessMethod of previous acquisition: Historically Underutilized Business Zone (HUBZone)Period of performance:  June 1, 2019 – November 30, 2022Communication Infrastructure Design - This requirement is for security analysis, project management, and design and engineering technical support services on unclassified and classified systems to further the execution of the HC38 mission. The contractor  provides support for Non-classified Internet Protocol (IP) Router Network (NIPR), Secret Internet Protocol Router Network (SIPR), and Out of Band (OOB) environments. Technical support shall be provided to accomplish hardware and software infrastructure implementations, improvements, automation, operation and maintenance, performance and tuning, incident response, and security compliance as directed by Department of Defense (DoD) Directives and DISA security regulations.REQUIRED CAPABILITIES:1) The Communication Line of Business (COMM LOB) provides secure, reliable, and economical network design engineering and consultation to Department of Defense (DoD) Mission Partners for Data Center services. Describe your experience in designing, engineering, deploying, transitioning, migrating, and sustaining standard and non-standard customer applications and service requirements for data center solutions.2) The Communications Line of Business (COMM LOB) provides recommendations on security configurations for network engineering projects and customer requirements. Typical support is submitting Plan of Actions and Milestones (POA&M) documentation for Authorizing Official approval. The Contractor draftspolicy and plans for management review/approval/implementation. This task will require privileged access to DISA computers and network devices, which will have the ability and authority to control and change program files and other users’ access to data. Describe your experience providing security configurations for network engineering projects and customer requirements and submitting POA&Ms.3) Communications Line of Business (COMM LOB) provides a strategic approach that deploys and sustains innovative technology-based network infrastructure solutions by implementing an optimal, consistent set of standardized best practices, processes, and technology to allow for successful implementation of business solutions that are focused on performance, cost, and sustainability.  Typical support includes the design, testing, installation, integration, and migration strategies in support of DISA Mission Partners. This task requires privileged access to DISA computers and network devices, which will have the ability to install, configure, monitor, or troubleshoot the security monitoring functions of information systems/networks (e.g., network/system analyzers; intrusion detection software; firewalls) or cyber/network defense operations. Describe your experience in designing, implementing, and deploying a Data Center Infrastructure that are consistent with Industry and DoD standards, methodologies, and processes. 4) Communications Line of Business (COMM LOB) provides secure network posture while monitoring and maintaining network device configurations and operating system versions and system patching to ensure the systems are maintained at the highest level of security. Typical support includes application of software patches and code level upgrades using the approved DISA change management and Authorized System Interruptions (ASI) processes. Application of Security Technical Implementation Guides (STIG) best practices configuration setting to mitigate scan findings and supporting audit teams to evaluate and mitigate open findings. Describe your experience in operating system code upgrades and system patch maintenance, and security posture management consistent with Industry and DoD standards, methodologies, and processes.SPECIAL REQUIREMENTSAll personnel participating on this acquisition must have:1. Secret Clearance; and,2. 8570.01-M/8140, Information Assurance Technical (IAT), Level 2 CertificationIn your response to this notice, please provide your current facility clearance level and certification required in item 2.SOURCES SOUGHT:The North American Industry Classification System Code (NAICS) for this requirement is 541512, with the corresponding size standard of $30 Million (https://www.sba.gov/document/support--table-size-standards). 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 III, Multiple Award Schedule (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 no later than March 31, 2022 by 4:00 PM Eastern Daylight Time (EDT) to clinton.c.rohloff.civ@mail.mil.  Interested businesses should submit a brief capabilities statement package addressing the specific questions (no more than five 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.

USALocation

Place Of Performance : USA

Country : United States

You may also like

WIRELESS COMMUNICATIONS AND EQUIPMENT

Due: 11 Aug, 2024 (in 3 months)Agency: T-MOBILE USA INC

WIRELESS COMMUNICATIONS AND EQUIPMENT

Due: 11 Aug, 2024 (in 3 months)Agency: Minnesota Department of Administration

EMERGENCY RADIO COMMUNICATION SYSTEM

Due: 27 Sep, 2024 (in 5 months)Agency: VETERANS AFFAIRS, DEPARTMENT OF

Please Sign In to see more like these.

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

Classification

naicsCode 541519Other Computer Related Services
pscCode DA01IT AND TELECOM - BUSINESS APPLICATION/APPLICATION DEVELOPMENT SUPPORT SERVICES (LABOR)