Alabama Bids > Bid Detail

Communications Management & Enterprise Technology Services (CoMETS) Sources Sought

Agency:
Level of Government: Federal
Category:
  • 39 - Materials Handling Equipment
Opps ID: NBD00159411253479841
Posted Date: Feb 27, 2024
Due Date: Mar 15, 2024
Source: https://sam.gov/opp/827f5f99a6...
Follow
Communications Management & Enterprise Technology Services (CoMETS) Sources Sought
Active
Contract Opportunity
Notice ID
HQ085724R0002
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
MISSILE DEFENSE AGENCY (MDA)
Office
MISSILE DEFENSE AGENCY (MDA)
Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information
  • Contract Opportunity Type: Sources Sought (Original)
  • All Dates/Times are: (UTC-07:00) MOUNTAIN STANDARD TIME, DENVER, USA
  • Original Published Date: Feb 27, 2024 12:49 pm MST
  • Original Response Date: Mar 15, 2024 04:00 pm MDT
  • Inactive Policy: 15 days after response date
  • Original Inactive Date: Mar 30, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: 3990 - MISCELLANEOUS MATERIALS HANDLING EQUIPMENT
  • NAICS Code:
    • 541513 - Computer Facilities Management Services
  • Place of Performance:
    Redstone Arsenal , AL 35898
    USA
Description

Communications Management & Enterprise Technology Services (CoMETS)



Contract Sources Sought





introduction





The Missile Defense Agency (MDA) is seeking information from this Sources Sought announcement to determine the availability and technical capability of small business to provide the following services and if these services fall within the scope of existing Government Wide Acquisition Contracts (GWACs). The anticipated North American Industry Classification System (NAICS) code for this activity is NAICS Code 541513. This NAICS code is a preliminary determination. Industry is encouraged to identify other NAICS codes believed to satisfy the requirement needs.







This Sources Sought is intended to help the MDA make informed acquisition decisions to:






  • Assess the current marketplace for Small Business capabilities to satisfy the MDA requirements.

  • Obtain recommendations from industry on acquisition strategies and contractual approaches that are most appropriate to satisfy the MDA requirements.

  • Identify and mitigate any potential impediments to a competitive award.

  • Identify potential Government Wide Acquisition Contracts (GWAC)

  • Identify the potential to establish goals for AbilityOne subcontracting opportunities





This Sources Sought is part of the overall market research activity to collect, organize, maintain, analyze and present data in accordance with Federal Acquisition Regulation (FAR) Part 10. This Sources Sought announcement is being published with the intent to promote small business competition and only small businesses need to respond. The MDA reserves the right to request follow-up information from Sources Sought respondents, as needed, because of the information received from this Sources Sought. Information received from follow-up questions and presentations are considered part of the overall market research activity per FAR Part 15.201.





This is a market research announcement for informational planning purposes only and does not constitute a Request for Proposal (RFP), nor is it to be construed as a commitment by the MDA. Information submitted will be considered as an exchange of information and may be used as part of future RFP(s). No RFP/solicitation will be issued at this time. The Government will not pay for the information solicited herein nor for any costs accumulated while responding to this Sources Sought. Sources Sought responses will not be construed as an offer and will not be accepted by the MDA to form a binding contract.





A non-response to this Sources Sought does not preclude participation in a future competition, nor shall information provided in response to this sources sought be used to exclude anyone from responding to any future Request for Proposals. Communications with the MDA with regard to this Sources Sought shall only be permitted in writing during the sources sought response period.





Program Overview





The MDA is the headquarters/acquisition agency tasked to develop and field a Missile Defense System capability for the United States and the Department of Defense (DoD). This includes management of critical assets and a missile force that is geographically separated not only within the National Capital Region (NCR), but also throughout the United States and around the world. This geographic dispersion is one of the greatest challenges facing the agency.





The MDA Communications Management & Enterprise Technology Services (CoMETS) contract (formerly Research and Development Enterprise Communication Services (RECS), requirements are for the following: Existing and future MDA Portal Services (U/CMKO SharePoint, Web Application Management, Web-based Development, Process Automation, Privacy Office & Civil Liberties), Data Governance and Analytics Services (Missile Defense System (MDS)) Data Management, Data Visualization, Artificial Intelligence/Machine Learning Services, Business Intelligence), Unified Communications Services (Collaboration service, V&VoIP, Telephony, Audio/Visual, Video Teleconference), and End User Training.





The CoMETS Program currently resides in the Von Braun Complex, located on Redstone Arsenal in Huntsville, AL. CoMETS supports MDA in the following locations:




  • The NCR, which is located in the Washington, DC metropolitan area and includes offices in Arlington, Falls Church, Fort Belvoir, and Dahlgren, VA.

  • Schriever SFB, CO

  • Redstone Arsenal, Huntsville, AL, multiple office locations within the Huntsville region

  • Kirtland AFB, NM

  • Fort Greely, AK

  • Vandenberg AFB, CA

  • Pacific Missile Range Facility (PMRF), Barking Sands Hawaii





Unified Communication Services (e.g. Video teleconference, specialized video distribution systems, Collaboration Services, V&VoIP), Portal Services (e.g. MS SharePoint), Data Governance and Analytics, and End-user training are critical capabilities for the MDA that supports centralized cost-effective program executive decision analysis, performance assessment, agency collaborative management and rapid unified reporting to Agency stakeholders. These activities and actions relating to MDA Flight Test, Ground Test, and other War Fighter Mission events often require long-distance coordination, collaboration and discussion in real-time. They do not allow for periods of VTC or data sharing systems/applications downtime in excess of a few minutes without impacting cost and mission execution.





Industry should take into account support requirements as they relate to high availability for Unified Communications, Portal, and Data Governance and Analytic services at all supported locations when responding to this notice.





Unified Communications VTC/AV services operates across all classification levels and is comprised of 580+ conference rooms, 5 auditoriums, and 30+ Strategic Planning and war rooms. Our collaboration environment consists of 30+ virtual & on-premise Cisco Meeting Servers (CMS), Cisco Unified Communications Manager, and IM&P servers. A typical monthly snapshot of UC support is 7,136 conference calls, with 99,984 connections, for a total of 71,005 hours of connectivity.





The MDA Data Program Office (DPO) leads all MDA Data Governance efforts in accordance with OSD policy direction from the DoD Chief Digital and Artificial Intelligence Office (CDAO). Accordingly, the DPO represents over 20 MDA Directorates and Program Offices, including data stewards from subordinate organizations managing over 270 authoritative data sources (cataloged by the DPO through the MDA Master Data Catalog).





Knowledge and Data Management consists of the support of the agency wide SharePoint environment consisting of 8 SharePoint farms totaling up to 142 virtual servers. The SharePoint IL5 is both on premise and SharePoint Online in DoD365-J. On premise SharePoint will require a migration of the remaining data to SharePoint Online. The Il6 SharePoint is on Subscription Edition in the MDA Azure Cloud. Our SharePoint IL5 instance houses 3.9TB and growing and IL6 SharePoint instance houses 3.0TB+





Each contractor must be able to demonstrate, through its response to this Sources Sought, that it has the capability, staff, and expertise required to assume all contractually required functions to perform the requirements outlined in this announcement.





Requirements





Unified Communications





The Unified Communications (UC) services primary requirement is to provide cybersecurity compliant support services for current, transitioning and future collaboration capabilities and equipment including: Programmatic management, operations, scheduling and maintenance of Unified Communications equipment/systems (A/V, VTC, IPTV, collaboration services, email, class/unclass VoIP, mobile telephony, auditoriums, presentation centers, and specialized War Rooms), project management, planning, design (including architecture and engineering), and implementation of UC collaboration systems, services, applications and technologies. MDA currently utilizes IP based video conferencing platforms and has standardized systems on CISCO products and operating systems. MDA utilizes AMX and Extron control systems for conference room and integrated multimedia venues (e.g. Auditoriums, Presentation Centers, War Rooms etc.) allowing control of all audio/video equipment. These enterprise services are supported virtually to the greatest extent possible within the Video Services Operations Centers (VSOC) at Schriever SFB, Colorado Springs, CO and at Redstone Arsenal, Huntsville, AL and the Video Control Centers (VCC) at Redstone Arsenal and Fort Belvoir. The Contractor will provide Tier I, Tier II and Tier III support.







Portal Services





MDA has established the Unclassified MDA Knowledge Online (UMKO) and Classified MDA Knowledge Online (CMKO) environments, which reside on the MS SharePoint/ SQL Server platforms. Currently, both environments are in the process of migrating to the MS SharePoint 2013 solution. The Contractor will develop and maintain MKO governance, application sites, pages, templates, web parts, dashboards, and workflows; establish custom data feeds and application program interfaces; utilize an incremental-development-approach to maintain, enhance, and improve the MKOs. The Contractor will provide Tier II and Tier III support for this and all other collaboration services/applications.





Data Governance and Analytics Services





The CoMETS program provides services in support of MDA’s efforts to identify, mange, and utilize data as an asset through automation, visualization, analytics, and AI/ML capabilities. This includes ability to support Agency data initiatives across multiple programs, business / mission functions, and domains to improve data governance and quality management efforts to execute MDA and Department objectives and guidance provided in data, analytics, and responsible Artificial Intelligence (AI) strategies.





End User Training





The CoMETS program prepares, maintains and performs Computer Based Training (CBT), distance training, virtual, classroom based and desk side training course materials and applicable tests for user training of customer facing applications (e.g., DISA common use services, VTC room operation, Collaboration tools, MS Office Productivity Suite etc.).









Submission Requirements





The MDA is seeking responses from qualified small business sources that can provide the technical capability, knowledge, and resources required to fulfill the defined above scope. All responses shall be in Microsoft Word and a searchable Portable Document Format (PDF) in Times New Roman 12pt font, single spaced and shall not exceed 15 pages. Responses may include a Table of Contents, List of Tables/Figures, and Acronyms List, which will not count against the maximum page limitation. Do not submit generic corporate marketing materials for this Sources Sought; any such materials will not be reviewed by MDA. Responses shall be delivered via email to CoMETS_RFI@mda.mil no later than 1600 MT on March 15, 2024. Communications with MDA with regard to this Sources Sought shall only be permitted in writing during the sources sought response period. Responses shall consist of answers to the following:






  1. Administrative:


    1. Profile of your company, Company Name, Point of Contact, Address, Telephone Numbers, Email Address, DUNS Number, CAGE Code and/or Tax ID Number, and Facility Clearance Level

    2. Your company’s size status for the identified NAICS code and any applicable socioeconomic categories (Small Disadvantaged, 8(a), 8(m) (both Woman Owned SB and Economically Disadvantaged Woman Owned SB), Tribally Owned entity, Alaskan Native Corporation, Hawaiian Owned Organization, Service Disabled Veteran Owned SB, Historically Underutilized Business Zone (HUBZone) SB, other, etc.).

    3. List of GWACs your company has affiliation with, which aligns with the scope of CoMETS.

    4. A statement that the respondent and its subcontractors/suppliers are U.S. firms/businesses and not foreign owned, controlled, or influenced.

    5. A statement whether your company can currently meet the security requirements outlined in this announcement.

    6. Describe any recommended changes to the proposed NAICS codes. All such suggestions will be considered; however, the Government reserves the right to solicit for the required services in a manner of its own choosing in accordance with applicable procurement regulations.

    7. Because one objective of this Sources Sought is to determine the capabilities of small business to meet the requirements contained herein, and to inform the acquisition strategy with regard to setting aside any future acquisitions for small businesses, MDA requests the following information: The prime small business contractor responding to this synopsis must include their past experience in managing subcontractors on similar requirements, and if applicable, include subcontractor or teaming partners’ past experience applicable to requirements specified in this Sources Sought; Responsible small businesses planning teaming arrangements to meet the support requirements listed above are expected to articulate the portions of work that the prime small business intends to perform as well as articulate the portions that subcontractors or teaming partners (if applicable) will perform. Responses must include business size and business socio-economic category of all subcontractors or teaming partners identified to perform work associated with the NAICS for this Sources Sought.










  1. Programmatic


    1. Describe your company’s experience in transitioning contracts that support high ops tempo, rapidly evolving programs where disruption to an operational mission is not an option.

    2. Describe your experience in finding and retaining high-end, high-demand staffing/skills required to stay current with changing/emerging needs and new technologies.

    3. Given the depth of this requirement’s technical scope, describe your experience in developing teaming arrangements and collaboration partnerships in formulating and providing best in class solutions.

    4. Address your company’s resource capacity to support this effort.








  1. Technical



Responses must be detailed enough to demonstrate a clear understanding of the functional scope of work to be performed, along with the Government contract number, contract value, role your company played, government point of contact and current phone number.






    1. Describe your company’s experience in delivering and managing Portal, Unified Communications, Data Governance and Analytics, and End-User Training capability/product/service to include customer point of contact, contract number, contract type, contract value, role (prime or subcontractor), and a brief description of the scope of work your company performed. Ensure sufficient information is provided to show how that scope of work is similar to the requirements of this acquisition. If you are only interested in a component or components of this technical area, indicate as such and provide this information for those components only.

    2. Describe your company’s experience in developing, migrating, implementing, and supporting a DoD365-J/SEC Optimization transition strategy for common use services, to include Defense Agencies and Field Activities (DAFA) and Combatant Command (CCMD)

    3. Describe your company’s experience in developing, implementing, and supporting Data Governance and Analytic Services to include Data Visualization, Business Intelligence, and Artificial Intelligence (AI).

    4. Describe your company's experience in supporting global Missile Defense System test events or similar events at geographically dispersed locations, providing Unified Communications services in a dynamic evolving requirements environment. Describe your company’s experience with technical management of deploying, operating and maintaining enterprise wide geographically dispersed AV solutions to include VTC systems, A/V distribution systems, IPTV, digital signage, and video walls.

    5. Describe your company’s experience with technical management of deploying, operating and maintaining enterprise wide geographically dispersed desktop collaboration tools (e.g., email, IM/chat, presence, real time collaboration, softphones, etc.).

    6. Describe your company’s experience with technical management of deploying, operating and maintaining enterprise wide geographically dispersed Unclassified VoIP (UVoIP) and Classified VoIP (CVoIP) services, soft phones, mobile devices, faxes, the Defense Red Switch Network, and support all unclassified and classified VTC services, registration, and routing.

    7. Describe your company’s experience with providing technical and operational support for enterprise wide geographically dispersed unclassified and classified daily routine VTCs, special VTC events, executive level (SES/GO) VTCs, VTC bridge operations, and integrated scheduling of conference rooms.

    8. Describe your company’s experience with the implementing, operating, and maintaining of enterprise wide geographically dispersed specialized A/V facilities such as auditoriums, presentation centers, war rooms, etc.

    9. Describe your company's experience designing, deploying, and maintaining a hybrid/multi-cloud computing environment and implementing a service catalog that allows for the rapid provisioning of IT services such as Cloud, DevSecOps, and customer entitlements in an Agile environment.








Attachments/Links
Contact Information
Contracting Office Address
  • BLDG. 5222 MARTIN ROAD REDSTONE ARSENAL
  • HUNTSVILLE , AL 35898
  • USA
Primary Point of Contact
Secondary Point of Contact
History
  • Feb 27, 2024 12:49 pm MSTSources Sought (Original)

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >