The RFP Database
New business relationships start here

Global Service Center


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

SOURCES SOUGHT ANNOUNCEMENT - 62181272402

The Defense Information Systems Agency (DISA) is seeking sources for Global Information Technology (IT) Service Desk Support Services.


CONTRACTING OFFICE ADDRESS:
Defense Information Technology Contracting Organization
P.O. Box 549
Fort Meade, Maryland 20755



INTRODUCTION:


This is a SOURCES SOUGHT TECHNICAL DESCRIPTION to determine the availability and technical capability of hubzone small businesses to provide the required services. Please note that two additonal separate sources soughts have been posted:
- a sources sought for all small business was posted under 62181272401 to provide the required services.
- An unrestricted (large) sources sought was posted under 62181272403 to provide the required services.



The Defense Information Systems Agency is seeking information for potential sources for Global IT Service Desk Support for Tier I (Service Desk Support) and Tier II (Desktop Support) services throughout DISA, the 4th Estate agencies and their customers. The 4th Estate agencies in scope of this effort are:


Defense Advanced Projects Agency (DARPA)
Defense Acquisition Agency (DAU)
Defense Contract Audit Agency (DCAA) Defense Contract Management Agency (DCMA)
Defense Commissary Agency (DeCA)
Defense Finance and Accounting Service (DFAS)
Defense Health Agency (DHA)
Defense Information Systems Agency (DISA) Defense Logistics Agency (DLA)
Defense Media Activity (DMA)
Defense Manpower Data Center (DMDC) Defense Microelectronics Activity (DMEA)
Department of Defense Education Activity (DoDEA)
Department of Defense Inspector General (DoDIG)
Defense POW/MIA Accounting Agency (DPAA) Defense Threat Reduction Agency (DTRA)
Missile Defense Agency (MDA)
National Defense University (NDU)
Uniformed Services University of the Health Sciences (USU)


The Tier I services are to be performed at the contractor's facility with NIPR and SIPR access and required to be reachable from worldwide customers. Tier II services must be performed at Government facilities, located at 63 site locations within CONUS and OCONUS. This effort supports approximately 2,100,000 users and handles an average of 207,084 interactions per month. The current support environment consists of UNIX and Microsoft Windows systems providing support to Mission Partners user communities on a 24/7/365 basis.
The objective is to have a globally accessible Service Desk available to the agencies and its customers.


DISA operates and maintains the Agency's internal Information Technology (IT) Enterprise, which provides administrative computing services to the DISA Director, the majority of the Agency's civilian, military and contractor personnel. DISA's Information Technology (IT) Enterprise provides internal unclassified, secret, and top- secret communications across DISA's worldwide locations.


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/Task Order: HC1047-13-D-4003/0003
Contract Type: FFP
Incumbent and their size: Unitech Consulting, LLC., Small 8(a)
Method of previous acquisition: 8(a) Competitive Set-Aside


Brief description of current effort: The current effort covers five (5) DISA locations that support Tier I (Service Desk) services, while Tier 2 (Desktop Support) services are provided at limited DISA locations. The new requirement will support DISA and the 4th Estate agencies with an approximate user base of 2,100,000 users worldwide and an average of 207,084 interactions per month. To provide additional flexibility and efficiency, the new requirement for Tier I services moves the place of performance to the contractor's U.S. based facility in an active/active configuration with NIPRNet and SIPRNet connectivity at the SECRET level clearance. Tier II services will be required to be performed at the Government facilities but it is required to be extended to support - over 421 Tier 2 locations. These Tier 2 locations span across 50 CONUS and 36 OCONUS locations and carry an average of 90,620 tickets per month. (One state may have multiple locations and/or multiple buildings within close proximity). Since the requirement has materially changed in size, scope and location, this is considered a new requirement.


REQUIRED CAPABILITIES
Please describe your experience delivering the following capabilities:


1) Service Desk Support Services (Tier I) - provide services at a Contractor's U.S. based facility in an active/active configuration with a Facility Clearance at the SECRET level IAW DoD 5220.22, National Industrial Security Program Operating Manual. This SECRET level clearance requirement applies to affiliates, team members, subcontractors, etc., that will require access to classified information. All Tier I services provided from the Contractor's US-based facilities must have network connectivity to NIPRNet and SIPRNet networks. The contractor's response should confirm that their facility has both NIPR and SIPR access at the time of this sources sought. In your response, please include information regarding your facilities' NIPR and SIPR access.


Specifically, does your company currently have a facilities with connectivity to NIPR and SIPR networks?
a. If yes, please provide location and type of connection. If the location is that of a partner, please provide partner's primary facility location and type of connection and connection bandwidth to NIPR and SIPR networks.
b. If your primary facility currently does not have NIPR and SIPR access, how long do you anticipate it would take to gain NIPR and SIPR access? (Please provide number of weeks, months, years, etc.)
c. How long does your company anticipate to be 100% operationally capable after receiving an award?
d. If the contractor does not have SIPR access at their facilities, please describe a current capability that could allow for SIPR access at the time of award.


The contractor's response should also show their ability to provide Service Desk Support on a 24 hour a day, 7 days a week and 365 days a year basis to approximately 2.1M users world-wide, and their capabilities to support 207,084 interactions a month, either directly or indirectly based on application service level agreement requirements. Most of these users are expected to need Tier 1/Level 1 support and Tier 1 Level 2 support.


These services would support approximately 2,100,000 users across the globe and an average of 207,084 interactions. The current environment operates according to a 'level' and 'tier' support model. The 'levels' represent proximity of Service Desk agents to mission partners/customers, whereas the 'tiers' within those levels represent the different skill sets of the service desk agents. The various Tiers provide support that corresponds with levels of proximity to the end user. Tier I is a virtualized service desk with local support provided by dispatch labor. Touch labor only pertains to the DISA and the 4th Estate agencies internal support network.


Level 1 represents direct user support; Level 2 represents Service Desk-to-Service Desk support; and Level 3 represents external entities' support to the service desk (e.g. software vendor help desk support to internal service desks). This 'level' and 'tier' support model utilizes an enterprise trouble ticket workflow, an enterprise contact management system and knowledge centered support known as the Service Support Environment.


2) Desktop Support Services (Tier II) - provide touch labor services at the DISA and the 4th Estate agencies site locations. There are approximately 421 Tier 2 locations. These Tier 2 locations span across 50 CONUS and 36 OCONUS locations with an average of 90,620 tickets per month. (For example: One state may have multiple locations and/or buildings within close proximity). In order to support multiple locations, the contractor must demonstrate ability to provide virtual Tier 2 desktop support and end-user device support.


3) Hire contractor personnel that are citizens of the United States who possess a U.S. Secret Clearance. The contractor must have credible processes that demonstrate a complete and thorough ability to perform complete background checks and security clearances on 100% of contractor personnel.


4) Provide Certified HDI Support Center Analysts


5) Provide certified HDI Desktop Support Technicians (HDI-DST)


6) Does your company currently have a partnership agreement with another business to satisfy this new requirement? If yes, please provide the business type/size of the partner and the type of agreement between the two companies.



SPECIAL REQUIREMENTS
Onsite staff will require at least a minimum Secret Security Clearance with IT-1. Contractors assigned to positions that are classified as IAT Level 1, and IAT Level 2 must comply with requirements derived from DoD 8570 Information Assurance Workforce Improvement Program.


SOURCES SOUGHT:
The anticipated North American Industry Classification System Code (NAICS) for this requirement is 541513, with the corresponding size standard of $27.5 million. 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 hubzone 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 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 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 Business;
4) Cage Code;
5) Contract vehicles that would be available to the Government for the procurement of the product and service, to include General Service Administration (GSA), GSA Alliant, AF NETCENTS, 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 16 October 2018 10:00 AM Eastern Daylight Time (EDT) to adelis.m.rodriguez.civ@mail.mil and vivianna.m.diaz.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.


Vivianna Diaz, Contract Specialist, Email vivianna.m.diaz.civ@mail.mil - Adelis M Rodriguez, Contracting Officer, Email adelis.m.rodriguez.civ@mail.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP