The RFP Database
New business relationships start here

Enterprise Network Support


Maryland, United States
Government : Military
RFP
Go to the link
This document has expired, therefore the above link may no longer work.

 

The Defense Information Systems Agency (DISA)/Defense Information Technology Contracting Organization (DITCO)-National Capital Region (NCR) is seeking sources for Defense Contracting Management Agency's (DCMA) Enterprise Network Support Services.

CONTRACTING OFFICE ADDRESS: 


DISA/DITCO/PL61
6910 Cooper Ave.
Ft. Meade, MD 20755
Contracting DoDAAC:  HC1047

INTRODUCTION: 


This is a SOURCES SOUGHT TECHNICAL DESCRIPTION to determine the availability and technical capability of HUBZone Firms to provide the required products and/or services.


The DITCO-NCR is seeking information for potential sources for network support services for DCMA's Enterprise Network in order to ensure the availability, reliability, integrity and security of the enterprise network spanning 360 locations worldwide.  Enterprise network support services include DCMA's Wide Area Network (WAN) and Local Area Network (LAN) Infrastructure requiring expert-level support for operations and maintenance, installation and turn-up, security compliance, configuration control, design recommendations for upgrades to key systems and Tier 3 support for all associated network equipment.  Associated network equipment and technologies include over 1500 routers and switches, 40 WAN optimizers, firewalls, proxy services, Video teleconferencing (VTC), wireless network infrastructure (Wi-Fi), telecommunications circuits, Voice over IP (VoIP), servers, storage, and network management tools and applications therein.  This support further includes Network Operations (NetOPS) monitoring, alerting, reporting, and escalation management of the enterprise network operational availability.  Support includes 'common' support activities such as implementing cyber security, manage and maintain availability of production network management tools and systems, supporting non-production (ATC)/production testing & integration activities, change management, performance monitoring and compliance support activities, inventory management for all network equipment both installed and spare.


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: S5121A-14-D-0004 (IDIQ, Task Order 0003)
Contract type: FFP
Incumbent and their size: 22nd Century Technologies, Inc., Small Business
Method of previous acquisition: Set aside, 8(a)


Description of current contract:  Network support services for DCMA's Wide Area Network (WAN) and Local Area Network (LAN) Infrastructure including expert support for operations and maintenance, configuration control, design recommendations for upgrades to key systems and Tier 3 support on the DCMA WAN, LAN, VTC, WiFi, and VoIP Network and related infrastructure including network design and physical installation of network devices and wiring.


Anticipated Period of Performance:  August 2019 - August 2024 for a one-year base period and four (4) one-year option periods. 

The Place of Performance:
--The primary places of performance shall be Ft. Lee, Virginia, Carson, California, and Columbus, Ohio.
--Remote support requirements for 360 locations with onsite support requirements as needed both CONUS and OCONUS.


 REQUIRED CAPABILITIES:


 a)      DCMA IT Operations is an enterprise support function within DCMAIT that is responsible for the enterprise network and underlying network infrastructure and communications capability contained therein to support DCMA's hosted applications.  To effectively manage and maintain DCMA's enterprise network, the vendor must possess knowledge and expertise (5-10 years' experience) in the following platforms, frameworks, Higher Headquarter (HHQ), and DCMA compliance requirements and technologies as delineated in the numbered list below.  Describe your experience within the following areas:  

1.      Network Equipment Operations and Maintenance for classified and unclassified networks (routers, switches, WAN optimizers, etc.)

2.      Network Operations (NetOPS) and Monitoring (fault management, bandwidth management, problem management, network tools management)

3.      Firewall Support (firewall systems, servers and appliances, etc.; Firewall Operations; Firewall Assurance Program & Missions)

4.      SIPRNet Systems and Servers Infrastucture (systems and servers, DNS, Active Directory, E-mail, HBSS<Virtual Infrastructure, Patch Management, Storage, etc.)

5.      Network Installation Activities

6.      VoIP Operations and Maintenance

7.      VTC Operations and Maintenance

8.      Configuration Management

9.      Cybersecurity Infrastructure Maintenance and Support (IDS/IPS systems, firewall system, servers and appliances, etc.)

10.  COMSEC Security Support

11.  Asset/Inventory Management

12.  HHQ Compliance (FIAR, USCYBER TASKORDS/IAVMs, DISA STIGs) 

Note: Each area above is in various stages of compliance, implementation, integration, test and sustainment.


b)      In addition, DCMA requires support for assessments, recommendations, and implementation for network design and new network architectures, equipment and or methods to improve DCMA's telecommunications network.  This is executed by analyzing business requirements, research options, and provide recommendations for upgrades or technology refreshes of supported components. Describe your experience providing this type of support.  

c)      Include in your response any relevant certifications that your company possesses.

SPECIAL REQUIREMENTS


In addition to the required technical capabilities, the following special requirements apply.  In your response, address your ability to meet each of the special requirements cited below.

Vendor personnel performing work under this contract must be US Citizens in addition to  having the following baseline Information Assurance (IA), Automated Data Processing (ADP) certifications and security clearance identified in the table below.  Additionally, contractor personnel supporting COMSEC Management must also hold COMSEC Custodian certification.


 








Position




IA Baseline Certification




Computing Environment Certification Required




ADP Level




Security Clearance Required*






All




IAT II




Yes




ADP II




Secret








 *Secret Security Clearance for vendor personnel is required at the time of proposal.


The response shall include identification of the vendor's current Facility Clearance Level (FCL).


SOURCES SOUGHT

The anticipated North American Industry Classification System Code (NAICS) for this requirement is 541519 - Other Computer Related Services, with the corresponding size standard of $27.5M.  This Sources Sought Synopsis is requesting responses to the following criteria ONLY from HUBZone 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.  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 HUBZone Small Business set-aside, two or more qualified and capable HUBZone 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)      Your contract vehicles that would be available to the Government for the procurement of the product and/or service, to include ENCORE III, SETI, General Service Administration (GSA): OASIS, ALLIANT,  VETS, STARS II, NIH, NASA SEWP, Federal Supply Schedules (FSS) (including applicable SIN(s)), 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 19 October 2018 8:00 AM Eastern Daylight Time (EDT) to kane.e.leedy.civ@mail.mil and heather.m.bushouse.civ@mail.mil. ; Interested businesses should submit a brief capabilities statement package (no more than 10 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 Sources Sought Announcement 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.

 


 


 


 


Heather Bushouse, Contract Specialist, Phone (301) 225-4055, Email heather.m.bushouse.civ@mail.mil - Kane Leedy, Contracting Officer, Phone (301) 225-4153, Email kane.e.leedy.civ@mail.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP