Modification to a Previous Presolicitation Notice – Information Technology Capabilities Contract (ITCC) II
| Federal Information & News Dispatch, Inc. |
Notice Type: Modification to a Previous Presolicitation Notice
Posted Date:
Office Address:
Subject: Information Technology Capabilities Contract (ITCC) II
Classification Code: D - Information technology services, including telecommunications services
Contact:
Setaside: N/AN/A
Place of Performance (address): USSTRATCOMOffutt AFB, NE
Place of Performance (zipcode): 68113
Place of Performance Country: US
Description:
Air Combat Command
55 CONS
Current Update (
A. INTRODUCTION 1. This is a Sources Sought synopsis being conducted pursuant to FAR Part 10, Market Research. This is for planning purposes only and there is no solicitation available at this time. 2. This is an initial step in the planning process for the Information Technology Capabilities Contract (ITCC) II follow-on acquisition currently titled Information Technology Capabilities Contract (ITCC). The Government is contemplating award of a Requirements Contract with Task Orders (Cost Plus Incentive Fee (CPIF) with Firm Fixed Price (FFP and Cost Reimbursable (CR) CLINs). 3.
B. REQUIREMENTS 1. Objective: For USSTRATCOM systems to deliver increasingly higher levels of reliability and performance to satisfy existing and emerging missions while reducing total cost of ownership. 2. Tasks:
a) Program Management a. Develop, maintain & use an Integrated Master Plan (IMP) and an Integrated Master Schedule (IMS)). b. Communicate statuses and issues to the government in a clear, consistent and timely manner. c. Business Management. Develop, maintain & use a Performance Work Statement (PWS) in partnership with the government. d. Establish and maintain effective business and technical relationships with government. Establish and maintain effective business and technical relationships with all associate contractors. e. Meet Small Business participation requirements / goals IAW Small Business Plan. f. Quality Management. Must be ISO 20000 certified; must maintain a high customer satisfaction program; and shall develop, maintain & use a Program Quality Manual (PQM)). g. Provide cost reporting (to include cost variance analysis, cost management, and Business Case Analyses for reducing costs). h. Monitor and report cost, schedule, and performance consistent with an approved overall integration plan/master schedule. Human Resources. Provide personnel with appropriate professional certifications, equipment, tools, materials, supplies, parts, test equipment, supervision, and other items and services necessary for complete life-cycle support of USSTRATCOM systems to include planning, installation, sustainment, and optimization. Provide personnel that can be certified per DoD Directive 8500.1). i. Conduct Cost As an Independent Variable (CAIV) Analysis & Life Cycle Cost (LCC) management to achieve an affordable balance between cost and performance. Provide EVMS data on all task orders and/or as required by the government. j. Risk Management. Manage technical and management risks; reduce cycle time for all sustainment and modernization activities consistent with sound risk management which will include government representation. k. Configuration Management. Provide configuration management and testing to ensure interoperability, security, and compatibility among all systems/subsystems. Validate the baseline for all systems. Maintain and audit USSTRATCOM system and communication configuration baselines, and make them available to the government. l. Life-Cycle Planning. Utilize life-cycle management processes. m. Procurement. Purchases must meet specifications defined in the
c) Systems Engineering. Ensure an appropriate level of standardization consistent with USSTRATCOM architectures and security requirements; evolve IT infrastructure to a more common, flexible architecture with enhanced capabilities through lifecycle management, technical solutions, software licensing and technical refresh processes. a. Design effective solutions to satisfy technical, operational and personnel requirements. Translate functional requirements into system allocated and product configuration baselines. Recommend changes to system functional baselines. b. Perform requirements analysis, life cycle cost analysis, and test and evaluation to reduce cost of ownership and optimize system and communications performance (e.g. value-added engineering). Increase system reliability while decreasing maintenance requirements. c. Recommend changes to integration plans and interface specifications that accelerate capability delivery while reducing project costs. d.
d) The Contractor shall provide concurrent services for transition to the new USSTRATCOM Headquarters building for a period of 6 months to a year. 3. Period of Performance: It is anticipated that the contract period will be a base period of one year (from date of award, with a 2-3 month transition period) and four one-year option periods. 4. Security: The contractor must provide a portion of personnel that have TOP SECRET/Sensitive Compartmented Information clearances or that are eligible for said clearances. The remaining personnel must possess Secret clearances or at a minimum, favorable National Agency Check with inquiries. All personnel must be
C. INFORMATION AND INSTRUCTIONS: 1. All businesses capable of providing these services are invited to respond. Any information provided to the government as a result of this sources sought synopsis is voluntary and the Government will not pay for any information submitted. Respondents are requested to submit capability packages electronically, as described below. a. Capability packages shall be one electronic copy. Capability package files should be in MS Office format (Word, Excel or PowerPoint) or Adobe pdf format, and should not exceed 5 MB on one e-mail. All packages shall contain UNCLASSIFIED material only. b. Capability packages should not exceed 20 pages, each single side counting one page, 8.5 x 11 inch, with one-inch margins, and font no smaller than 10 point Times New Roman. All capability packages must be received no later than 1600 hours (Central) on
D. CAPABILITY PACKAGE AND EVALUATION: Interested businesses should provide a capability package describing corporate experience in managing recent (within the past 3 years) requirements similar in size and scope to the activities described in this sources sought. Performance information should include dollar value, performance period, point of contact information for verification purposes, and description of the requirement. The Government will identify competitive firms by evaluating the capability packages using the following evaluation criteria. Potential offers should identify the following mandatory capabilities to accomplish the tasks in Section B and program management functions:
1. Possesses expertise and experience to design, develop, test and deliver new capabilities within existing enterprise architecture. Must demonstrate experience in successful system engineering (using DoD or ISO standards and processes) to reduce cost of ownership and optimize system and communications performance. Must possess design methodologies that increase system reliability, decrease maintenance requirements and meet functional requirements. 2. Possesses expertise and experience to manage efforts to meet contract requirements within budget, and provide government insight into performance. Must be able to demonstrate personnel have appropriate professional certifications, security clearances, equipment, tools, materials, supplies, parts, test equipment, supervision, and other items and services necessary for complete system support. Program management processes must provide continuity of staffing to prevent loss of system support. Must show ability for timely monitoring and reporting of cost, schedule, and performance in comparison with pre-established baseline. Possess processes that communicate status and issues to the government in a clear, consistent and timely manner for joint resolution. Display business practices that reduce cycle time for sustainment and modernization activities. 3. Experience as a Prime or subcontractor of secure Government IT infrastructures providing services consistent with Government or commercial standards using full corporate resources and industry best practices. 4. Experience providing successful Operations, Maintenance and Logistics for networks of 13,000 or more workstations or desktops, associated servers, and network infrastructure in a single contracted secure IT service level environment. This includes help desk, and implementation of baseline changes (i.e. capitalization or leasing of the IT assets and infrastructure). 5. Possesses experience with secure Government IT systems containing multiple LANs and multiple security classification levels. 6. Possesses expertise and experience to provide system performance metrics and report measurements that are sensitive to predicting the future performance of the systems. Management processes identify risks, plan and implement mitigation actions, and monitor progress to identify deviations from planned events. Capable to understand existing assets and requirements. 7. Capable of performing necessary enhancements to and correction of deficiencies in systems and communications hardware and software including local area networks. Processes ensure 24/7 system operational availability and performance requirements will be met. 8. Demonstrate possession of processes, expertise, and experience to incorporate new and emerging information technologies into the USSTRATCOM enterprise architecture. 9. Possess Capability Maturity Model Integration(R) processes rated level 3 (or higher). 10. Possess ISO 20000 certification. 11. Contract transition approach provides system continuity through the transition, innovative strategies to reduce transition costs, and time-phased staffing through the transition period. 12. Management capability to control costs and use Earned Value Management (EVM) techniques. 13. Financial capability to perform a cost reimbursement contract (including whether the company has a DCAA/DCMA approved accounting system, approved purchasing system, approved estimating system, etc. and whether the company has current Forward Pricing Rate Agreements with a DCAA/DCMA point(s) of contact). 14. Demonstrate ability to conduct and oversee all aspects of technical and administrative work described above, on contracts that are an Acquisition of Services Category I (reference DoDI 5000.02, Enclosure 9, Table 9). 15. Capable of performing at least 50% of the total personnel requirement within your own company (if you are a small business firm planning to compete as a prime contractor).
E. GOVERNMENT RESPONSIBILITY: This Sources Sought Notice is not a commercial solicitation per FAR Part 12, and should not be construed as a commitment by the Government for any purpose, nor does it restrict the Government to an ultimate acquisition approach. Any information submitted by respondents to this sources sought is strictly voluntary and any offer submitted by such a firm will be evaluated without prejudice. All questions and comments on this synopsis shall be submitted via e-mail to only the contacts listed below. PRIMARY contact: Ms.
Link/URL: https://www.fbo.gov/spg/USAF/ACC/55CONS/FA4600-12-R-0026/listing.html
| Copyright: | (c) 2013 Federal Information & News Dispatch, Inc. |
| Wordcount: | 4144 |



Sources Sought Notice – C– IDC for A-E Services for Engineering, Design and Construction Phase Services for Hydrologic and Hydraulic Engineering, Design, Modeling, Manual Development and Computer Programming Engineering Services
Combine Solicitation – E911 Local Exchange Services for Dyess AFB, TX
Advisor News
- Using digital retirement modeling to strengthen client understanding
- Fear of outliving money at a record high
- Cognitive decline is a growing threat to financial security
- Two lessons career changers wish they knew before starting the CFP journey
- Americans less confident about retirement as worries grow
More Advisor NewsAnnuity News
- CareScout Joins Ensight™ Intelligent Quote LTC & Life Marketplace
- Axonic Insurance Annuities, Built for Banks, Broker-Dealers and RIAs, Now Available through WealthVest.
- Allianz Life Adds New Accumulation-Focused Fixed Index Annuities
- Allianz Life adds new accumulation-focused FIAs
- Industry objects to ‘tone and tenor’ of draft NAIC Annuity Buyer’s Guide
More Annuity NewsHealth/Employee Benefits News
- After health insurance subsidies end, 30,000 Idahoans will be uninsured, government report says
- Georgia’s ACA enrollment plunges, raising concerns for rural hospitals
- Pending cuts to Georgia Medicaid payments could affect children who need therapy
- Orange schools, teachers union at impasse over health insurance
- Miami judge sides with cancer patient, orders insurer to cover pricey treatment
More Health/Employee Benefits NewsLife Insurance News
- Agam Capital and 1823 Partners Announce Strategic Partnership to Provide Life Insurers with an End-to-End Value Chain Solution
- AM Best Revises Outlooks to Positive for Western & Southern Financial Group, Inc. and Its Subsidiaries
- Principal Financial Group Announces First Quarter 2026 Results
- SBLI Enhances its OmniTrak Term to Deliver Faster Decisions, More Client Coverage, and Improved Pricing
- Life insurance premium surges, but coverage is still falling short for many
More Life Insurance News