News

DHRA тАУ CIO IT Support Services

Type of document: Contract Notice
Country: United States

DHRA тАУ CIO IT Support Services

Agency:
Other Defense Agencies

Official Address:
4800 Mark Center Dr, STE 06J25-01 Alexandria VA 22350-1300

Zip Code:
22350-1300

Contact:
James Canady III, Contract Specialist, Email james.a.canady22.civ@mail.mil тАУ Melissa S. Tamayo, Contracting Officer, Phone 5713721981, Email melissa.s.tamayo.civ@mail.mil

Link:

Date Posted:
02/01/2018

Classification:
R

Contract Description:
1. The Defense Human Resources Activity (DHRA), Chief Information Officer (CIO) Directorate is issuing this follow up Sources Sought Notice as a means of conducting market research to identify parties having an interest in, and the resources for, providing services in accordance with the draft Performance Work Statement (PWS) for the CIO Information Technology (IT) support services requirement. This notice is a follow-up to initial sources sought notice #H98210-18-CIO_IT_SUPT, published October 12, 2017. Responding vendors need not to have also responded to the previous sources sought notice. This notice shall not be construed as a formal solicitation or an obligation on the part of the Government to acquire any products or services. In addition, it does not guarantee that a subsequent solicitation will be issued. Submission of any information in response to this Sources Sought notice is voluntary and will assist in selecting the appropriate solicitation type/method. Costs associated with any submission shall not be reimbursed by the Government. THE GOVERNMENT IS NOT SEEKING PROPOSALS AND WILL NOT ACCEPT UNSOLICITED PROPOSALS.

2. The proposed North American Industry Classification System (NAICS) code for this effort is 541990, All Other Professional, Scientific and Technical Services (size standard $15 Million). Comments on this NAICS and suggestions for alternative codes must include supporting rationale.

3. The Government is specifically performing Market Research to see if there are potential small business vendors who can provide the services outlined in the PWS.

SUBMISSION INFORMATION:

A. COVER SHEET тАУ 1 page

1. Vendor name, address, website, Data Universal Numbering Systems (DUNS) Number, and Commercial and Government Entity (CAGE) Code.

2. Point of contact to include e-mail address and telephone number.

3. Type of business, including socio-economic category (Small, 8(a) Participant, Small Disadvantaged Business, HUBZone, Woman-Owned Small Business, Service-Disabled Veteran-Owned Small Business, or Non Profit)

4. If applicable, GSA contract number, schedule.

B. CAPABILITIES STATEMENT & MARKET INFORMATION:

Interested parties are requested to submit an unclassified capability statement (limited to 10 pages, excluding the Cover Page and Past Experience) that provides specific, detailed information regarding the following:

1. Whether your interest in this requirement is as a prime or subcontractor.

2. Describe your experience meeting compliance requirements stated in the Office of the Deputy Chief Management Office тАЬDefense Business Systems Investment Management Guidance, v 4.0, April 2017тАЭ

3. Please outline your experience meeting compliance requirements stated in DoDI 5000.75. Provide details regarding creation and review of Capability Requirements Documents, Capability Process Maps, and Acquisition Strategies.

4. Describe your experience with implementing Risk Management Framework (RMF) Tier 2 DoD Component CIO/SISO and Tier 3 AO/AODR functions in the DoD, as defined in DoDI 8510.01.
5. Describe your experience with cybersecurity technical assessments, vulnerability assessments, security analysis, and compliance with DoDI 8500.01.

6. Describe your capabilities for developing investment plans and strategies for Defense Business Systems.

7. Describe your experience with developing, managing, and using enterprise architecture to manage a portfolio of Defense Business Systems investments? Describe how to use the enterprise architecture to manage an IT investment portfolio.

8. What is your experience implementing an enterprise IT Infrastructure Strategy within the DoD? Please explain your experience with researching Cloud technologies, application rationalization, and migration to the Cloud within the DoD?

9. Describe how you have supported Government requests for temporary services requiring highly-specialized experience and skills, such as cybersecurity risk assessments, business process reengineering, business systems portfolio value-risk assessments, emergent technologies strategy development, and project cost estimation.

C. BACKGROUND/PAST EXPERIENCE:

Provide the following information on two (2) Support Services projects in an environment of similar scale completed within the last five (5) years for which the responder was a prime or Sub-Contractor.

1. The name and value of each project;

2. The name, address, telephone and email address for point of contact;

3. A description of each project, including challenges and successes; and

4. Your companyтАЩs role and services provided for each project.

All interested and capable contractors are encouraged to respond. Respondents will not be notified of the results of the sources sought evaluation. The results of this sources sought notice will assist the Contracting Officer in determining whether an 8(a), Service-Disabled Veteran-Owned Small Businesses (SDVOSB), Certified HUBZone Small Business, Woman-Owned Small Businesses (WOSB), Small Business set-aside, or full and open competition is the best strategy for this procurement. Responses to this synopsis may also be used to aid in establishing realistic, achievable small business participation goals.

Interested contractors must be registered in the System for Award Management (SAM). Responders are advised that the U.S. Government will not pay for any information or administrative costs incurred in response to this Sources Sought; all costs associated with responding will be solely at the interested partyтАЩs expense. All information received in response to this submission that is clearly marked Proprietary will be handled accordingly. Acknowledgement of receipt of responses will not be made and submissions to this Sources Sought will not be returned.

The information provided in this Sources Sought is subject to change and is not binding on the Government.

D. RESPONSE DUE DATE:

The Government requests that all responses be returned by 11:00 AM ET on 16 January 2018. All responses shall be submitted electronically to the DHRA Procurement Support Office point of contacts: Ms. Melissa Tamayo, Contracting Officer, melissa.s.tamayo.civ@mail.mil, and Mr. James Canady III, Contract Specialist, james.a.canady22.civ@mail.mil.

Small Businesses may additionally contact the Small Business Point of Contact to discuss this requirement: Ms. Tammy Proffitt, Tammy.j.proffitt2.civ@mail.mil, phone number: 571-372-2591.

 

*******************************************************************
The information below this is the previous sources sought, for historical information only.
********************************************************************
1. The Defense Human Resources Activity (DHRA), Chief Information Officer (CIO) Directorate is issuing this Sources Sought Notice as a means of conducting market research to identify parties having an interest in, and the resources for, providing services in accordance with the draft Performance Work Statement (PWS) for the CIO Information Technology (IT) support services requirement. This notice shall not be construed as a formal solicitation or an obligation on the part of the Government to acquire any products or services. In addition, it does not guarantee that a subsequent solicitation will be issued. Submission of any information in response to this Sources Sought notice is voluntary and will assist in selecting the appropriate solicitation type/method. Costs associated with any submission shall not be reimbursed by the Government. THE GOVERNMENT IS NOT SEEKING PROPOSALS AND WILL NOT ACCEPT UNSOLICITED PROPOSALS.

2. The proposed North American Industry Classification System (NAICS) code for this effort is 541990, All Other Professional, Scientific and Technical Services (size standard $15 Million). Comments on this NAICS and suggestions for alternative codes must include supporting rationale.

3. The Government is specifically performing Market Research to see if there are potential vendors who can the services outlined in the PWS.

SUBMISSION INFORMATION:

A. COVER SHEET тАУ 1 page

1. Vendor name, address, website, Data Universal Numbering Systems (DUNS) Number, and Commercial and Government Entity (CAGE) Code.

2. Point of contact to include e-mail address and telephone number.

3. Type of business, including socio-economic category (Large, Small, 8(a) Participant, Small Disadvantaged Business, HUBZone, Woman-Owned Small Business, Service-Disabled Veteran-Owned Small Business, or Non Profit)

4. If applicable, GSA contract number, schedule.

B. CAPABILITIES STATEMENT & MARKET INFORMATION:

Interested parties are requested to submit an unclassified capability statement (limited to 10 pages) that provides specific, detailed information regarding the following:

1. Whether your interest in this requirement is as a prime or subcontractor.
2. Please outline your experience and capability with providing Portfolio Management support services to Federal Agencies.
3. Please outline your experience and capability with implementing the ITIL framework within the DoD
4. Describe your capabilities for developing IT investment plans and proposals.
5. What is your experience with using enterprise architecture to manage a portfolio of IT systems and investments?
6. Describe your experience with handling surge support, and how quickly can you ramp up and ramp down.
7. What expertise do you have in applying Federal and DoD IT-related policies and regulations?

C. BACKGROUND/PAST EXPERIENCE:

Provide the following information on two (2) Support Services projects in an environment of similar scale completed within the last five (5) years for which the responder was a prime or Sub-Contractor.

1. The name and value of each project;

2. The name, address, telephone and email address for point of contact;

3. A description of each project, including challenges and successes; and

4. Your companyтАЩs role and services provided for each project.

All interested and capable contractors are encouraged to respond. Respondents will not be notified of the results of the sources sought evaluation. The results of this sources sought notice will assist the Contracting Officer in determining whether an 8(a), Service-Disabled Veteran-Owned Small Businesses (SDVOSB), Certified HUBZone Small Business, Woman-Owned Small Businesses (WOSB), Small Business set-aside, or full and open competition is an acceptable strategy for this procurement. Responses to this synopsis may be used to aid in establishing realistic, achievable small business participation goals.

Interested contractors must be registered in the System for Award Management (SAM) in order to conduct business with the Government. Responders are advised that the U.S. Government will not pay for any information or administrative costs incurred in response to this Sources Sought; all costs associated with responding will be solely at the interested partyтАЩs expense. All information received in response to this submission that is clearly marked Proprietary will be handled accordingly. Acknowledgement of receipt of responses will not be made and submissions to this Sources Sought will not be returned.

The information provided in this Sources Sought is subject to change and is not binding on the Government.

D. RESPONSE DUE DATE:

The Government requests that all responses be returned by 11:00 AM EST on 02 November 2017. All responses shall be submitted electronically to the DHRA Procurement Support Office point of contacts: Ms. Melissa Tamayo, Contracting Officer, melissa.s.tamayo.civ@mail.mil, and Mr. James Canady III, Contract Specialist, james.a.canady22.civ@mail.mil.

Small Businesses may additionally contact the Small Business Point of Contact to discuss this requirement: Ms. Tammy Proffitt, Tammy.j.proffitt2.civ@mail.mil, phone number: 571-372-2591.

Response Date:
011618

Sol Number:
H98210-18-CIO_IT_SUPT

 

Who are we?

From publishing the first national directory of public sector contracts, to being the first to market with our online Tracker solution, we have been the true pioneers of technology and innovation in the public sector marketplace. Throughout our 39 years, we have continued to evolve and chart new territory тАУ placing our customers at the heart of everything we do. Take your business to the next level with Tracker now.

If you request a demo today!

Download your Free UK Defence Industry Report

Start Your Free Trial Today

Download your Free UK Defence Industry Report

Download your Free UK Defence Industry Report

When you sign up for a 3 day free trial or demo.

Limited time only

    BiP Solutions owns DCI and we look after your details carefully. We offer a range of products, services and events (some of which are free) that help buyers tender more efficiently and suppliers find, bid for and win public and private sector contracts. Only tick this box if you wish to receive information about these. We will never share your details with third parties and you will have the opportunity of opting out of communications every time we contact you. For further details, please see our Privacy Policy