Defense Collaboration Services (DCS) Engineering Contract Support

expired opportunity(Expired)
From: Federal Government(Federal)
621900004

Basic Details

started - 09 Oct, 2018 (about 5 years ago)

Start Date

09 Oct, 2018 (about 5 years ago)
due - 23 Oct, 2018 (about 5 years ago)

Due Date

23 Oct, 2018 (about 5 years ago)
Bid Notification

Type

Bid Notification
621900004

Identifier

621900004
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.

 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 RESPONDENT TO THIS TECHNICAL DESCRIPTION IS STRICTLY VOLUNTARY. SOURCES SOUGHT ANNOUNCEMENT The Defense Information Systems Agency (DISA) is seeking sources for Defense Collaboration Services (DCS) Engineering Contract Support. CONTRACTING OFFICE ADDRESS:  DISA/CONTRACTS-NCR PL62PO BOX 549FORT MEADE, MD 20755-0549Place of Performance.  DISA HQ, Fort Meade, MD Incumbent:  Soliel LLC    HC1047-17-F-0001 INTRODUCTION:This is a SOURCES SOUGHT TECHNICAL DESCRIPTION to determine the availability and technical capability of large and small 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.DCS is an enterprise collaborative services utilizing open source solution that delivers web conferencing, chat, and portal services via NIPRnet, SIPRnet, and the internet.  The service is available to 4M DoD personnel and mission partners.  The hosting infrastructure resides in MilCloud, a Defense Enterprise Computing Center Virtualized environment and routinely serves 40K web conference users weekly and 18K chat user daily.  DISA is requiring expert contract support to sustain the service and integrate new features, upgrades, and modifications to deliver a high quality collaborative solution to DoD.  The service aims to improve workflow productivity and foster a collaborative environment in an innovative and cost effective manner.  The technical roadmap is to deliver voice integration, HTML5 migrations, cloud optimizations, mobility enhancements, and chat federation.  Because of the complexity of this system, the Contractor must have the regulatory approval (DoS issued Technical Assistance Agreement) to sub-contract with Blindside Networks, a Canadian firm to provide CORE support for the BigBlueButton software at the beginning of the contract start, which is on or about early May 2019. REQUIRED CAPABILITIES: DISA requires expert technical support to manage the DoD enterprise collaborative service through planning, engineering, development, integration, testing, implementation, and sustainment.  The contractor shall collaborate with DCS Program Management Office to sustain and improve the current service by delivering new features, upgrades and infrastructure modifications to optimize cost, schedule and performance.  The contractor shall have the expertise of open source software and components to effectively develop and integrate GOTS code to meet mission requirements.  The contractor shall have the expertise of DoD infrastructures, processes, mission partners, MilCloud, shared services, and technical skills to manage and orchestrate the delivery and sustain of the DoD enterprise collaborative service to 4M customers. •a.       The Services Directorate (SD) requires the use of software program "Big Blue Button" and the contractor must be able to get regulatory approval (DoS issued Technical Assistance Agreement) to sub-contract with Blindside Networks, a Canadian firm to provide CORE support for the BigBlueButton software by the beginning of the contract start, which is on or about early May 2019.  Also, the DCS Program uses the following open source components (TOMCAT, NGINX, FREESWITCH, REDIS, RED5, LIBREOFFICE, ELK STACK), Openfire chat, Sonus SBC (proprietary), SWIFT and Tranverse chat clients.  Describe how your company would use joint venturing (JV) or partnering to meet the requirements, your ability to obtain the support needed with Blindside and your capability in each of the open source components.•b.      SD is in the need for expertise in DoD infrastructure and networking, cloud infrastructure, containerization (MilCLoud 2.0, IaaS, STaaS, F5, GLB, Inter-DECC VPN, CSSP, SNAP, SCCA, ICAP, automated orchestration tools, shared services - LDAP, DNS, OCSP, Edge Gateway, MySQL), COOP, and ASI .  Within the next year this program must deliver engineering solutions for voice integration, HTML5 migrations, cloud optimizations, mobility enhancements (web conference and XMPP Native Chat App), and chat federation.  Describe your capabilities in DoD infrastructure, technology areas, migration and transitioning engineering support and any relevant experience in each of these focus areas.•c.       Describe how your capabilities and experience in managing a program enterprise collaborative service serving at least 500K customers and subject matter expertise in managing agile development processes through SDLC environments. •d.      The DCS Program must manage and maintain the cybersecurity posture and accreditation.  The contractor shall conduct technical analysis of DCS and generate all required documentation to comply with required Department of Defense Cybersecurity requirements and activities as defined in DoDI 8500.01, DoDI 8510.01, DISA Directives/Instructions, and US Public Law.  The contractor shall expertly assess and maintain the DCS security posture within the Risk Management Framework by using the Capability Maturity Model Integration (CMMI) Level 3 (Services or Development) or ISO 9001 Certification.  Describe your company's ability to meet these requirements mentioned above. SPECIAL REQUIREMENTS:The contractor is required to have a Secret Facility clearance. Because of the complexity of this system, the Contractor must have the regulatory approval (DoS issued Technical Assistance Agreement) to sub-contract with Blindside Networks, a Canadian firm to provide CORE support for the BigBlueButton software at the beginning of the contract start, which is on or about early May 2019. SOURCES SOUGHT: The anticipated North American Industry Classification System Code (NAICS) for this requirement is 541512, with the corresponding size standard of $27.5 million.  Small Businesses are highly encouraged to respond as the responses will be utilized in determining whether there are two or more small businesses who can perform the requirement. However, the responses are opened to all business sizes as the competitive nature of the requirement has yet to be determined.  To assist DISA in making a determination regarding the level of participation by large or 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, Small Disadvantaged Businesses, Service Disabled-Veteran Owned Small Businesses, Women-owned Small Businesses, and 8(a) companies.  You should provide information on how you would envision your company's capabilities 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:All submissions shall be in a word document and contain the following information:•1)      Business name and address; •2)      Name of company contact, title and phone number •3)      Type of Small Business if applicable; •4)      Cage Code;        5)   Contract vehicles that would be available to the Government for the procurement of the product and service, to include ENCORE III, General Service Administration (GSA), GSA MOBIS, NIH, NASA SEWP, SETI, 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 10:00 AM Eastern Daylight Time (EDT) 23 October 2018 to wayne.j.fagan.civ@mail.mil. Interested businesses should submit a capabilities statement package demonstrating ability to perform the services listed in this Technical Description and answering the listed questions above. DISCLAIMER: Proprietary information and trade secrets, if any, must be clearly marked on all materials.  All information received that is marked Proprietary shall be handled accordingly.  Please be advised that all submissions become Government property and shall not be returned.  All government and contractor personal reviewing SSA responses shall 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.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.Contact Information: WAYNE FAGAN, CONTRACT SPECIALIST, Email wayne.j.fagan.civ@mail.mil Office Address :P.O. BOX 549 FORT MEADE MD 20755-0549 Location: DITCO-NCR Set Aside: N/A

DISAFort Mead, MDLocation

Address: DISAFort Mead, MD

Country : United States

You may also like

INFORMATION SECURITY SUPPORT SERVICES

Due: 26 Jun, 2024 (in 2 months)Agency: OFFICE OF PROCUREMENT OPERATIONS

NETWORK ENGINEERING AND SUPPORT SERVICES

Due: 12 Sep, 2024 (in 4 months)Agency: FOOD AND DRUG ADMINISTRATION

Please Sign In to see more like these.

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

Classification

NAISC: 541512 GSA CLASS CODE: D