Mobility Enterprise Services - Classified (MES-C)
1/22/2019 The purpose of this amended noticet is to provide the following: Response to a vendor's question (beginning at line 152) Attachment L4_MESC Pricing Template, formula correction to option yea... 1/22/2019 The purpose of this amended noticet is to provide the following: Response to a vendor's question (beginning at line 152) Attachment L4_MESC Pricing Template, formula correction to option years 2, 3, 4 and 6-month extension. Attachment C.2_DD254_Task Order 0001 has been revised to identify Secret classification at the Contractor's facility. The response date has been extended. All proposals are due at 12:00 PM (CST) on January 28, 2018. 1/18/2019 The purpose of this amended notice is to provide answers to vendor questions (begining with line 150) and provide an update to Attachment M.1 Task Order 0001 Performance Work Statement. Reference page 28, paragraph 2, first sentence: Contractor's facility was added. Proporsals are due no later than January 24, 2019 at 3pm Central. 1/16/2019 The purpose of this amended notice is to provide responses to vendor questions (beginning with line 141), a revised RFP amendment 0003 and revised attachments: 1. Section L - L2.2.1, Table 1: Proposal Organization, Volume IV, DISA Subcontracting Review Checklist has changed from a 3 page limit to a 6 page limit. 2. Attachment L6 Labor Category Descriptions, updates to key personnel. 3. Attachment M.1 Task Order 0001 Performance Work Statement, updates to key personnel and Section 12.2 table. Proposals are due no later than 3:00 pm (CST) on January 24, 2019. 1/11/2019 Attaching responses to vendor questions for amendment 0002. 1/11/2019 The purpose of this amended notice is to provide responses to vendor questions (beginning with line 123), a revised RFP amendment 0002 and revised attachments: 1. Section J_Attachment M.1_Task Order 0001 Performance Work Statement 2. Section J_Attachment C.1_Task Order 0001 DD254 3. Attachment 6_Labor Category Descriptions Questions are due no later than 3:00 pm (CST) on January 14, 2019. Proposals are due no later than 3:00 pm (CST) on January 24, 2019. The Government reserves the right not to address questions that result in no change to the solicitation. All correspondence must be submitted via email to the Contracting Officer, Constance Jackson, constance.e.jackson4.civ@mail.mil and the Contract Specialist, Angela Zang, angela.k.zang.civ@mail 1/3/2019 The purpose of this amended notice is to provide responses to 4 vendor questions (beginning at line 119) that were inadvertently ommitted with amendment 0001. There are no further changes to this solicitaion. 1/2/2019 The purpose of this notice is to provide responses to vendors questions, RFP Amendment 0001 and attachments. Questions are due by January 7, 2019 at 3PM CST and proposals are due by January 24, 2019 at 3PM CST. All correspondence must be submitted via email to the Contracting Officer, Constance Jackson, constance.e.jackson4.civ@mail.mil and the Contract Specialist, Angela Zang, angela.k.zang.civ@mail. 12/21/2018 The purpose of this notice is to inform vendors that answers to the RFP questions and the amended RFP will be posted on 1/2/2019 with follow up questions anticipated to be due on 1/7/2019. The revised proposal due date will be provided with the amendment posting on 1/2/2019. 11/27/2018 The Defense Information Systems Agency (DISA)/Defense Information Technology Contracting Organization (DITCO) Mobility Section PL8414, 2300 East Drive, Scott AFB IL 62225, is releasing this request for proposal in support of the Department of Defense (DoD) Mobility Classified Capability (DMCC) Program for the Secret and Top Secret capabilities. The proposed contract action is for a single award indefinite delivery/indefinite quantity contract. DMCC is a DoD enterprise service offering, which enables Commercial Solutions for Classified (CSfC) approved customer owned mobile devices access to the classified DoD Information Network (DoDIN) and commercial information services. The Mobility Program Office requires CSfC Programs compliance, in an open platform for the MES-C solution. This system is comprised of an Enterprise Mobility Management suite, network Gateways, Tier III service support, commercial mobile devices (which provide classified voice and data services), and an identity management system. Anticipated award execution is in the 3rd quarter of FY 2019. The period of performance will consist of a one-year base period and four, one-year option periods. Questions are due by December 11 at 12PM CST and proposals are due by January 9, 2019 at 12PM CST. All correspondence must be submitted via email to the Contracting Officer, Constance Jackson, constance.e.jackson.civ@mail.mil and the Contract Specialist, Angela Zang, angela.k.zang.civ@mail. 10/15/2018 The Defense Information Systems Agency (DISA)/Defense Information Technology Contracting Organization (DITCO) Mobility Section PL8414, 2300 East Drive, Scott AFB IL 62225, is releasing a draft solicitation for the purposes of Industry feedback. The proposed contract action is for a single award indefinite delivery/indefinite quantity contract in support of the Department of Defense (DoD) Mobility Classified Capability (DMCC) Program for the Secret and Top Secret capabilities. DMCC is a DoD enterprise service offering, which enables Commercial Solutions for Classified (CSfC) approved customer owned mobile devices access to the classified DoD Information Network (DoDIN) and commercial information services. The Mobility Program Office requires CSfC Programs compliance, in an open platform for the MES-C solution. This system is comprised of an Enterprise Mobility Management suite, network Gateways, Tier III service support, commercial mobile devices (which provide classified voice and data services), and an identity management system. A Request for Proposal (RFP) is anticipated to be issued prior to the 2nd Quarter of Fiscal Year (FY) 2019. Anticipated award execution is in the 3rd quarter of FY 2019. The period of performance will consist of a one-year base period and four, one-year option periods. Any feedback is encouraged through October 26, 2018 at 11am Eastern. All correspondence must be submitted via email to the Contract Specialist, Angela Zang, angela.k.zang.civ@mail. The Government does not intend to respond to questions or comments submitted as a result of the draft solicitation, but rather make necessary revisions prior to the final solicitation positing.
Links ()
Attachments ()
Data sourced from SAM.gov.
View Official Posting »