News

Information Technology and Management Services

Type of document: Contract Notice
Country: United States

Information Technology and Management Services

Agency:
Department of the Army

Official Address:
Attn: CETAC-PD-CT
201 Prince Frederick Drive Winchester VA 22602-5000

Zip Code:
22602-5000

Contact:
CELIA E. COCKBURN, Contract Specialist, Phone 5407234885, Email celia.e.cockburn@usace.army.mil – Robert Williams, Contracting Officer, Phone 540665-1238, Email Robert.E.Williams@usace.army.mil

Link:

Date Posted:
01/10/2017

Classification:
D

Contract Description:
 

SOURCES SOUGHT SYNOPSIS

INFORMATION TECHNOLOGY AND MANAGEMENT SERVICES

W5J9JE-18-R-0002

 

NOTE: THIS ANNOUNCEMENT IS FOR MARKET RESEARCH PURPOSES ONLY. THIS IS NOT A SOLICITATION OR REQUEST FOR PROPOSALS (RFP). THIS NOTICE DOES NOT OBLIGATE THE UNTIED STATES (U.S.) GOVERNMENT TO ANY CONTRACT AWARD. THIS NOTICE DOES NOT RESTRICT THE GOVERNMENT AS TO THE ULTIMATE ACQUISITION APPROACH. RESPONSES TO THIS MARKET SURVEY SHALL BE FOR INFORMATIONAL PURPOSES ONLY. THE GOVERNMENT WILL NOT REIMBURSE RESPONDENTS FOR ANY COSTS INCURRED IN PREPARATION OF A RESPONSE TO THIS NOTICE. 

 

1. CONTRACT INFORMATION:  The U.S. Army Corps of Engineers (USACE), Transatlantic Afghanistan (TAA) District is seeking interested and capable firms to provide non-personal services necessary to perform Information Management Technology Support Services as defined in this synopsis in the Project Scope section.  USACE TAA intends to issue a Firm Fixed-Price (FFP) contract award using the Best Value Trade-Off Process.  This process permits tradeoffs among cost or price and non-cost factors and allows the Government to accept other than the lowest priced proposal.

 

NON-PRICING (TECHNICAL) EVALUATION FACTORS

FACTOR 1: TECHNICAL APPROACH & MANAGEMENT PLAN
FACTOR 2: KEY PERSONNEL
FACTOR 3: PAST PERFORMANCE

The period of performance for this contract will be for a 12-months Base period and three (3) Option Year periods of 12-months each.  The purpose of this synopsis is to search for vendors who are interested with the capabilities and qualification required to perform services throughout the USACE District in Afghanistan.

 TAA is currently headquartered on Bagram Air Field and also has offices at Kandahar, Kabul, Marmal, and Qargha. TAA will also support various Forward Operating Bases (FOBs) throughout Afghanistan (AFG) in support of its engineering mission.

TAA will manage programs and projects that support a full spectrum of regional activities for the International Security Assistance Force (ISAF); United States Forces – Afghanistan (USFOR-A), Combined Security Transition Command – Afghanistan (CSTC-A); U.S. Agency for International Development (USAID); and other organizations and commands operating in Afghanistan.

  

2. PROJECT SCOPE:  (General description, scope, size of requirement)

The scope of the contract is for Information Management / Information Technology (IM/IT) in direct support of the USACE mission in AFG, and USACE units or elements deployed in AFG such as the Field Engineering Support Team (FEST) and Transatlantic Division (TAD) or Transatlantic District Middle East (TAM) supporting elements that require the use of the USACE UNCLASS network, as well as other IM/IT tasks as directed by the Contracting Officer (KO).  This scope will also cover any changes based upon new theater requirements or mission changes as directed by the TAA Commander and communicated through the Contracting Officer’s Representative (COR) or Contracting Officer (KO). Changes may result from rescheduling of existing USACE customer requirements; new requirements of the USACE’s customers in Afghanistan and the Central Command Area of Responsibilities (CENTCOM AOR); increases/decreases in numbers of employees deployed to USACE’s AOR; and reorganization and/or relocation of personnel as directed by TAD.  The scope of the IM/IT contract and the contract PWS must accommodate these and other similar changes to TAA J6 (Information Management Office) IM/IT mission requirements as directed by the TAA Commander or higher headquarters and communicated through the COR or KO.

 

This Performance Work Statement (PWS) includes all functions, services, support, and tasks associated with IM/IT, with the exception of records management, printing and publications, library services, and research and development programs. The work to be performed under the firm fixed-price portion of this contract includes working on classified and unclassified systems performing installation, modification, coordination, engineering, development, configuration, reconfiguration, testing, integration, repairing, maintenance, upgrading, , help desk support, IM/IT Management, Automation, Communications, Cybersecurity, SharePoint development, Visual Information, and user training as required.

 The contractor shall coordinate with internal, external, and other contract personnel to fulfill the requirements for services and support. The contractor shall provide employees, support and services necessary to perform functions pertaining to current and future USACE mission, as defined by the TAA Commander and communicated through the COR or the KO, requirements within USACE support agencies’ facilities including but not limited to fixed buildings, temporary field structures, alternate work sites, and deployment locations or other sites as directed by the KO. 

 

The contractor shall accept responsibility for the operational support, integration, access verification, and access to U.S. Army Corps of Engineers (USACE) network, Automated Information Systems (AIS) including classified unclassified and commercial Internet systems. Transatlantic Middle East District (TAM) is the provider of the assessment and authorization of the CORPSNet system. USACE systems architecture, infrastructure, and IT support is dependent upon higher headquarters to include USACE Middle East District (TAM), USACE Transatlantic Division (TAD), ACE-IT, and USACE HQ.

    

Estimated Workload Data
Expected help desk workload is 500 incidents per month.

The contractor shall provide IT support for approximately 130-140 customers at the various USACE location in AFG.

NAICS CODE: 541519
Small Business Size:  $27.5 Million

Duration of Services:  4 years

3.  SPECIAL QUALIFICATIONS NEEDED:  (Inclusive security clearance, certification, license, etc.)

 

3.1 Security Requirements

Contractor employees must meet security clearance requirements for performance and Government facility access. Security clearance requirements are commensurate with the level of information processed by the system and/or network the contractor will be required to support.

 

All contractor positions will be classified as IT I, IT II, or IT III based on the most current DoD Directive 8570.01 or regulation which may replace DoD Directive 8570.01. TAA networks and systems are classified as: Secret IP Data Network (formerly known as Secret Internet Protocol Network (SIPRNet – Secret)), Combined Enterprise Regional Information Exchange System (CENTRIXS CX-I Secret), Sensitive But Unclassified (SBU) IP Data (formerly known as Non-classified Internet Protocol Router IP (NIPRNet), USACE Sensitive But Unclassified (CORPSNet), and NATO International Security Afghanistan Force – Secret (ISAF-S Secret), commercial local ISP (unclassified), as well as other DoD interest and commercial internet service provider networks (Note: This includes system name changes and new systems coming online).

 

Contractor personnel are required to have a minimum of a FINAL US SECRET security clearance, as issued by the U.S. Department of Defense; failure to obtain and maintain a US SECRET will be cause for the employee to be removed from supporting this contract. All contractor personnel are also required to be indoctrinated for NATO Secret before beginning work on this project. All clearance and accesses must be reflected in the Joint Personnel Adjudications System (JPAS). The contract company Facility Security Officer is required to coordinate clearance verification of all contractor personnel with the TAM Security Office. The contractor shall also comply with TAA OPSEC program as well as theater Anti-Terrorism/Force Protection (AT/FP) measures.

 

            3.2 Certifications and Licenses

The contractor shall be responsible for ensuring that all employees have current certifications and licenses appropriate for the level of their position. Certificates include but are not limited to IM/IT certificates. Certification IAW DoD Directive 8570.01, guidance and procedures for the training, certification, and management of the DoD workforce conducting Information Assurance (IA) functions in assigned duty positions. Other certifications shall be as required by OSHA regulations, USACE safety standards, EM 385-1-1, and other minimum training requirements that will be to be identified in the solicitation required by Subject Matter Experts personnel.     

 

 

4.  SUBMISSION REQUIREMENTS:  The Government is seeking to identify qualified sources under the North American Industry Classification System (NAICS) 541519, Other Computer Related Services either single or as part of a Joint Venture.  Interested Offerors shall submit Attachments 1 and 2 in response to this Source Sought Synopsis.

 To determine your qualifications, please submit your Capability Statement (to include technical, related experience and past performance).  Emphasize your company’s technical capabilities, staffing plan, transition plan/risk mitigation plan, employees’ relevant qualifications, etc. in order to effectively perform the requirements in the PWS.

Interested Offerors in response to this synopsis shall submit no more than 10 page which includes the following information as identified in Attachments 1, 2 and 3: 

•a)      Offeror’s name, address, point of contact, phone number, and e-mail address; and

•b)      Offeror’s ability to manage, as a prime contractor, the types and magnitude of tasking in the PWS; and

•c)      Offeror’s Technical Capability to meet the requirements in this synopsis. (Provide proof that your firm can perform similar technical work.)

 

Interested Offerors shall respond to this Sources Sought Synopsis by submitting their Capability Qualification Statements no later than 1600 (EST) 14 October 2017.  All interested offerors must be registered in SAM (System for Award Management) at to be eligible for award of Government contracts.  Email your response to the Contract Specialist, Celia.E.Cockburn@usace.army.mil  copy to Robert.E.Williams@usace.army.mil  

           

NO HARD COPY OR FACSIMILE SUBMISSIONS WILL BE ACCEPTED. Cover letters and extraneous materials (brochures, etc.) will not be considered.

 

5.  SOLICITATION DATE:

USACE TAA anticipate to issue a full and open competitive solicitation to include the evaluation factors and criteria on or about 30 November 2017.


 

ATTACHMENT 1

 

COMPANY NAME:

 

Large Business _____ Small Business _____

 

COMPANY ADDRES:

    

EMAIL POC:

 

1. IF ADVERTISED DO YOU PLAN TO SUBMIT A PROPOSAL.

 

2. PROVIDE YOUR EXPERIENCE AS A PRIME CONTRACTOR:

 

3. ARE YOU CURRENTLY REGISTERED OR HAVE THE FOLLOWING?

 

•a)      JOINT CONTIGENCY CONTRACTING SYSTEM (JCCS):  IF YES PROVIDE JCCS ID. ()

 

•b)      SYSTEM FOR AWARD MANAGEMENT (SAM): IF YES PROVIDE DUNS NUMBER AND CAGE CODE. ()

 

•c)      VALID AFGHAN INVESTMENT SUPPORT AGENCY (AISA) LICENSE?  IF YES PROVIDE NUMBER. ()

 

4. PROVIDE YOUR CAPABILITIES FOR OBTAINING A BOND OR OTHER ACCEPTABLE SURETIES FOR THIS PROJECT, IF AWARDED.  SEE FAR PART 28 AND FAR CLAUSE 52.228-15.


 

ATTACHMENT 2

EXPERIENCE FORM

Offerors who perform as a subcontractor shall include the contracting agency or entity’s name and point of contact as well as the name of the prime contractor.   The “customer” is not the prime contractor; it is the contracting agency or entity that administers the contract.  

Project No. _____________

 

 

 

Name of  Offeror:

 

Contract Number, Title, and Location:

 

Contracting Agency/Entity:

 

POC Name:

 

Email Address:

 

Name of Prime Contractor (if applicable):

 

Prime POC Name:

 

Email Address:

 

Offeror Performed as a (circle one and  list percentage of  self performance):

Prime

Sub

JV Partnership

%

 

 

Contract Amount:

$

 

$

 

$

 

Original Amount

Final Amount

Amount Self-Performed

 

 

 

 

 

 

 

Contract Award Date

Contract Duration

(Period of Performance)

Original Completion Date

Actual Completion

Date

                                                     

 

Description of the project’s scope and the offeror’s specific roles and responsibilities in performing the work to include the technical approach to the project:

______________________________________________________________________________

______________________________________________________________________________

______________________________________________________________________________

______________________________________________________________________________

______________________________________________________________________________

______________________________________________________________________________

______________________________________________________________________________

______________________________________________________________________________

______________________________________________________________________________

______________________________________________________________________________

______________________________________________________________________________

______________________________________________________________________________

______________________________________________________________________________

______________________________________________________________________________

______________________________________________________________________________

 


 

ATTACHMENT 3

MINIMUM TRAINING REQUIREMENTS

It is the responsibility of the contractor to provide required subject matter experts personnel as listed below to provide required IM/IT support.  Interested Offerors should have or will be able to have the minimum training requirements for each personnel listed below before the proposal due date on or about 30 November 2017:

 

•1)      Project Management (IT Project Management) – Minimum of 5 (five) years of experience managing diverse teams with multiple competencies and experience managing tasks from inception to completion.  Project Management Professional (PMP) certified with experience using scheduling tools.

 

Yes, minimum meet _______    No, minimum not meet ________

 

•2)      IT Asset Management – Minimum of 5 (five) years of experience, including familiarity and experience with the Army Property Accountability and Hand Receipt policies and procedures.

 

Yes, minimum meet _______    No, minimum not meet ________

 

•3)      Lead System Administrator – Minimum of 5 (five) years of experience managing and administering a minimum of forty (40) servers (physical and/or virtual) and shows knowledge of working with multiple vendors.  VMWare Certified Professional 5 – Data Center Virtualization (VCP5-DCV) or higher.

 

Yes, minimum meet _______    No, minimum not meet ________

 

•4)      System Administrator – Minimum qualification is 5 (five) years of experience and the Microsoft Certified Systems Engineer (MCSE) 2012R2 in Server Infrastructure certification.

 

Yes, minimum meet _______    No, minimum not meet ________

 

•5)      Lead Network Administrator – Minimum qualification is 5 (five) years of experience managing networks with at least sixty (60) network devices such as switches, routers, and firewalls, etc.  Cisco Certified Network Associate (CCNA) certification.

 

Yes, minimum meet _______    No, minimum not meet ________

 

•6)      Lead Help Desk Technician – Minimum qualification is 5 (five) years of experience in Help Desk operations, 2 (two) years leading a Help Desk Team, possess current ITIL Foundations and Microsoft Certified Solutions Associate (MCSA) in the latest Windows Operating System certifications.

 

Yes, minimum meet _______    No, minimum not meet ________

 

 

•7)      Help Desk Technician – Minimum qualification is 3 (three) years of experience in Help Desk operations and current A+, Network+ and Microsoft Certified Solutions Associate (MCSA) in the latest Windows Operating System certifications.

 

Yes, minimum meet _______    No, minimum not meet ________

 

•8)      Network Administrator – Minimum qualifications are 5 (five) years of experience managing a CISCO Unified Call Manager.

 

Yes, minimum meet _______    No, minimum not meet ________

 

•9)      Inside/Outside Plant – Minimum qualification is 5 (five) years of experience with I/O Plant operations, cabling Cat5/Cat6 Ethernet cabling, Ethernet punch-down and termination, Fiber termination, and Coaxial cable termination, Very Small Aperture Terminal (VSAT) satellite dish and hardware setup and tear-down, to include satellite dishes and other VSAT components to include but not be limited to Cabling, Feed Horn Assemblies, LNBs, Power Injectors, BUCs, Net-modems, and MTC Basic Tower Climber Certification.

 

Yes, minimum meet _______    No, minimum not meet ________

 

•10)  SharePoint Administration – Minimum qualifications are 3 (three) years of experience in intranet/SharePoint design, development, deployment, and customer training.

 

Yes, minimum meet _______    No, minimum not meet ________

 

 

Response Date:
101417

Sol Number:
W5J9JE-18-R-0002

 

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 – 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