Sharepoint Development Services
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. RESPONSE... 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 PREPARTATION OF RESPONSES TO THIS ANNOUNCEMENT. ANY INFORMATION SUBMITTED BY RESPONDENTS TO THIS TECHNICAL DESCRIPTION IS STRICTLY VOLUNTARY. Requirement Overview: The Department of the Navy, Naval Air Warfare Center Aircraft Division, NAVAIR Range Department (Code 5.2) and NAVAIR Threat/Target Systems Department (5.3) is seeking sources to assist NAVAIR with prioritization, design, and delivery of IT capabilities to meet current and evolving requirements to manage Missile Defense Agency (MDA) assets, documents, and changes to configuration. NAVAIR requires that people, processes and tools are in place to ensure the environment is appropriately configured. The Contractor will implement tools, processes, and deliverables in alignment with Industry best practices. NAVAIR seeks to advance their current asset and configuration management systems to create consistent structure of information to include configuration items and associated documentation, such as change requests. Universal retrieval capability is needed to access near-real time configuration information and spare inventories in a timely manner. Confidence in system reports and sufficient data to support the lifecycle replacement program are key performance indicators for execution. Work performed under this Statement of Work (SOW) may be conducted up to the SECRET level. All contractor personnel assigned to this project may require a Defense Security Service SECRET clearance and a Navy Marine Corps Intranet (NMCI) user account. The Contractor shall assist the Government in identifying Information Technology (IT) capabilities that can be delivered or managed as enterprise solutions, aligned with or leveraged from Department of Defense (DoD) Information Management/Information technology (IM/IT) initiatives and assist in applying Acquisition rigor to Navy IM/IT Investments. The Contractor shall assist the Navy with the development, implementation and sustainment of Information Technology Service Management (ITSM) processes and tools to support process improvement. The Contractor shall utilize industry best practices to develop processes that will enable the government to direct and control IT services with a high degree of reliability and availability; Configuration Management enabled by SharePoint Services being the primary objective. SharePoint will be hosted through Department of Information Systems Department of Enterprise Portal Services (DISA DEPS) and is mandatory that the supporting service must have access to NON-Classified Internet Protocol Router Network (NIPRNET). Requirement Classification: A solicitation has been determined to be a Small Business Set-aside, reflecting a cost plus fixed fee type contract with a five (5) year contract. The NAICS code is 541618. This requirement may use a Product Service Code (PSC) R799. This office anticipates awarding a contract for the required services in the June 2019 timeframe. THIS SYNOPSIS IS NOT A REQUEST FOR PROPOSALS. It is a market research tool being used by the government to obtain information regarding industry's ability to provide products and services. Attachments: In order to facilitate industry's understanding of this requirement, the following documents are attached: (1) Draft Statement of Work (SOW) Responses: Interested parties are requested to submit a response of no more than 20 pages demonstrating their capability to perform the services listed in the attached SOW. This document will be segregated into several distinct sections and shall address, as a minimum, the following: Section (1): no more than two pages Shall include the Title of the Draft SOW which you are applying to, company profile to include number of employees, annual revenue history, office location(s), DUNS number, and a statement regarding current small/large business status. Additionally, a list of Government points of contacts and current telephone numbers to confirm facts presented in Section 2 along with relevant contract numbers and organizations supported. Section (2): no more than sixteen pages Submission shall include a summary which discusses prior/current corporate experience performing efforts of similar size and scope within the last three years, indication of whether your company worked as a prime or subcontractor, and a brief description of how the referenced contract relates to the services described herein; resources available such as corporate management and currently employed personnel to be assigned to tasks under this effort to include professional qualifications, specific experience of such personnel, and the ability to have personnel located at the city specified; management approach to staffing this effort with qualified personnel; statement regarding capability to obtain the required industrial security clearances for personnel; company's ability to perform more than 50% of the work; and company's ability to begin performance upon contract award. Can or has your company managed a task of this nature before? Section (3): no more than two pages Provide comments regarding any unduly restrictive aspects of the Statement of Work (SOW), which may prevent your organization from submitting a competitive bid. Additionally, provide any questions which you may have about the (SOW), requirement, and acquisition strategy. The packages shall be submitted electronically to the Contract Specialist in Microsoft Word format at the following address: Kenneth.turing@navy.mil. The deadline for response to this request is May 29, 2019. All communication in reference to the above submissions shall only be permitted through the contract office 2.5.1.11 NAWCAD.
Links ()
Attachments ()
Data sourced from SAM.gov.
View Official Posting »