Administrative and General Consulting Services

expired opportunity(Expired)
From: Federal Government(Federal)
621813263

Basic Details

started - 14 Aug, 2018 (about 5 years ago)

Start Date

14 Aug, 2018 (about 5 years ago)
due - 29 Aug, 2018 (about 5 years ago)

Due Date

29 Aug, 2018 (about 5 years ago)
Bid Notification

Type

Bid Notification
621813263

Identifier

621813263
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.

INTRODUCTION:This is a SOURCES SOUGHT TECHNICAL DESCRIPTION to determine the availability and technical capability of small businesses (including the following subsets, Small Disadvantaged Businesses, HUBZone Firms; Certified 8(a), Service-Disabled Veteran-Owned Small Businesses and Woman Owned Small Business) to provide the required products and/or services.DISA BDM is seeking information for potential sources for administrative and general consulting services. DISA BDM is organized with a customer-centric composition and structure focused on specific DISA customers. The BDM goal is to provide world-class service to its diverse customer base. To support this customer focused approach, BDM is organized into several customer-focused branches. Each branch within BDM uses office codes, BDM1, BDM2 and so on. DISA refers to their customer base as mission partners. BDM is the front door for all mission partners to all DISA offered services. The mission is for DISA BDM to respond to mission
partner requests and inquiries and aid them in finding responses to their inquiries, and guide them to the appropriate project management offices for the services that align to their needs. DISA BDM requires contractor support to be the Point of Contact for the DISA Services Catalog and to interface between DISA customers and its program offices.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: New requirementREQUIRED CAPABILITIES:a) DISA provides a variety of IT products and services within the DISA Services Catalog. Describe your experience and capability to provide mission partner outreach. Capability should specifically speak to ability to interpret mission partner requirements and translating business to technical requirements.b) Mission partner support and outreach are BDM top priorities. Describe your experience and capability to support others in requirements definitions, developing issue and advice papers to align requirements to existing services. Capability should specifically speak to capability to take and oversee requirements from definition to transition and implementation.c) Mission partners have limited knowledge of the technical capabilities of DISA service offerings. Describe your experience and capability to provide technical analysis, engineering designs, and solutions in support of hardware, software and network engineering modernization, standardization and automation activities. Capability should focus utilizing technical understanding to develop technical requirements that align to DISA's hosting environments.SPECIAL REQUIREMENTSMust have Top Secret clearance.SOURCES SOUGHT:The anticipated North American Industry Classification System Code (NAICS) for this requirement is 541611, with the corresponding size standard of $15,000,000. 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, Small Disadvantaged Businesses, 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. 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 III, 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 August 29, 2018 at 4:00 PM Eastern Daylight Time (EDT) to daniel.g.wartell.civ@mail.mil and kane.e.leedy.civ@mail.mil . Interested businesses should submit a brief capabilities statement package (no more than five pages) demonstrating ability to perform the services listed in this Technical Description.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 RFI 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: Daniel Wartell, Contract Specialist, Email daniel.g.wartell.civ@mail.mil - Kane Leedy, Contracting Officer, Email kane.e.leedy.civ@mail.mil Office Address :P.O. BOX 549 FORT MEADE MD 20755-0549 Location: DITCO-NCR Set Aside: N/A

Fort Meade, MDLocation

Address: Fort Meade, MD

Country : United States

You may also like

E-Rate Consulting Services

Due: 30 Jun, 2024 (in 1 month)Agency: Duval County Public Schools

GARTNER CONSULTING SERVICES

Due: 30 Sep, 2025 (in 17 months)Agency: OFFICE OF THE SECRETARY

Consulting Services ITQ

Due: 31 Oct, 2024 (in 6 months)Agency: All Using Agencies

Please Sign In to see more like these.

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

Classification

NAISC: 541611 GSA CLASS CODE: R