The RFP Database
New business relationships start here

J35 Future Operations Support


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

  
SOURCES SOUGHT ANNOUNCEMENT

 

The Defense Information Systems Agency (DISA) is seeking sources for Future Operations Support for the Joint Force Headquarters - Department of Defense Information Network (JFHQ-DODIN).

 


CONTRACTING OFFICE ADDRESS: 


DISA, Procurement Directorate


Defense Information Technology Contracting Organization - Scott


2300 East Drive


Scott Air Force Base, Illinois, 62225-5406


 


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 Businesses) to provide the required services.


 


JFHQ-DODIN is seeking sources for knowledgeable and technical expertise support for planning, coordination, and synchronization of Defensive Cyber Operations (DCO), operation of the DODIN, and recommendations for Offensive Cyber Operations.


 


Anticipated Period of Performance:


Base Year: 1 June 2020 through 31 May 2021


Option Year 1: 1 June 2021 through 31 May 2022


Option Year 2: 1 June 2022 through 31 May 2023


Option Year 3: 1 June 2023 through 31 May 2024


Option Year 4: 1 June 2024 through 31 May 2025


 


Anticipated Place of Performance:


DISA/JFHQ-DODIN Headquarters


6910 Cooper Ave


Fort Meade, MD 20755


 


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: HC1028-12-D-0021-0030

Contract Type: Hybrid (Firm-fixed price and cost-plus-fixed-fee labor with cost reimbursable other direct costs)

Incumbent and their size: Leidos Corporation, Large

Method of previous acquisition: Single-Award Indefinite Delivery / Indefinite Quantity Task Order

Period of performance:

Base Year: 16 June 2016 through 17 June 2017

Option Year 1: 18 June 2017 through 17 June 2018

Option Year 2: 18 June 2018 through 17 June 2019

Option Year 3: 18 June 2019 through 17 June 2020


 


Description of Program/Effort: The scope of this effort is to provide Operational Planning support to JFHQ-DODIN, J35 division. JFHQ-DODIN J35 plans for future operations in support of defending the DODIN and designated mission partners. As such, the division is focused on readiness, continuity of operations, crisis action planning, deliberate planning, and official orders processing of Defense Cyberspace Operations - Internal Defensive Measures (DCO-IDM) activities. J35 also incorporates mitigation strategies to execute command and control of DoD organizations to secure, defend, and operate the DODIN. Lastly, J35 synchronizes and de-conflicts global and regional DODIN operations and DCO-IDM activities.


 


Place of Performance:


DISA/JFHQ-DODIN Headquarters


6910 Cooper Ave


Fort Meade, MD 20755


 


REQUIRED CAPABILITIES:


 


Request capability responses to address the following:


 

•1)      Describe your experience supporting Operations Planning, Coordination, and Synchronization of DCO in support of the DODIN.

 

•2)      Describe your experience in the Order Writing process and Operational Assessment process.

 

•3)      Describe your experience providing functional expertise and guidance as it relates to Operational Planning Teams.


 

•4)      Describe your experience coordinating with Service Cyber Components, Combatant Commands, and agencies with cyber related mission to identify, assess, develop, and codify across the enterprise a common Cyber Key Terrain program.

 

•5)      Describe your experience providing support for readiness planning which consists of managing, assessing, and refining the Joint Mission Essential Tasks.


 

•6)      Describe your experience providing technical expertise to assist with operationalizing and governing the DODIN tiered defense in depth infrastructure and evolving capabilities to include but not limited to Joint Regional Security Stack, Internet Access Point, and Cloud Access Points.


 


SPECIAL REQUIREMENTS


 


All contractor personnel assigned to this contract shall be U.S. citizens and possess a Top Secret / Sensitive Compartmented Information (TS/SCI) security clearance before contract award.  Please provide your company's current facility security clearance.  The contractor shall comply with the provisions of the DoD Industrial Security Manual for handling classified material and producing deliverables.


 


SOURCES SOUGHT:


 


The anticipated North American Industry Classification System Code (NAICS) for this requirement is 541519, with the corresponding size standard of $27.5 million annual.


 


To assist DISA in making a determination regarding the level of participation by small or large businesses 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 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)      Business Size

•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 Aug 30, 2019 at 4:00 PM Central Time (CT) to Mr. John Wilson (Contract Specialist) at john.b.wilson48.civ@mail.mil and Ms. Arlene Welch at arlene.l.welch.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 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.

 

 

1 Attachment

 

Draft PWS

 


 


John B. Wilson, Contract Specialist, Phone 6184186692, Email john.b.wilson48.civ@mail.mil - Ms. Arlene L. Welch, Mission Partner, Email arlene.l.welch.civ@mail.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP