The Defense Information Systems Agency (DISA) is seeking sources for Comprehensive Modernization (COMPMOD) Program, Product Manager Global Enterprise Network Modernization – Americas (Pd.M. GENM-A), Project Executive Office (PEO EIS), Fort Belvoir, VA.
CONTRACTING OFFICE ADDRESS:
DISA/Defense Information Technology Contracting Organization (DITCO)
2300 East Drive
BLDG 3600
Scott AFB, IL 62225
INTRODUCTION:
This is a SOURCES SOUGHT NOTICE to determine the availability and technical capability of small businesses (including the following subsets: Small Disadvantaged Businesses, Certified 8(a), Service-Disabled Veteran-Owned Small Businesses, HUBZone Small Businesses and Woman-Owned Small Businesses) to provide the required products and/or services.
The US Army’s Product Manager Global Enterprise Network Modernization – Americas (PdM GENM-A), PEO EIS, is seeking information from potential sources for:
Comprehensive Modernization (COMPMOD) Program. The objective of the COMPMOD acquisition will be to provide a flexible resource to support the modernization, expansion, enhancement, and upgrades of all types of information technology (IT) infrastructure, IT systems, IT support systems, and communications systems for the Army. The work under the COMPMOD program will allow the Government to obtain current IT technology and upgrade legacy IT technology to meet mission needs on a global basis. The COMPMOD program will enable the United States Government (USG) to implement DoD Unified Capabilities (UC) on a to seamlessly integrate all forms of IT capabilities into a converged enterprise system.
The anticipated Period of Performance is October 1, 2025 – September 30, 2030
The anticipated Place of Performance is various Post/Camp/Stations (no less than 12) within the Continental United States
DISCLAIMER:
THIS SOURCES SOUGHT NOTICE 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 NOTICE. NO FUNDS ARE AVAILABLE TO PAY FOR PREPARATION OF RESPONSES TO THIS NOTICE. ANY INFORMATION SUBMITTED BY RESPONDENTS IS STRICTLY VOLUNTARY.
CONTRACT/PROGRAM BACKGROUND:
Contract #: W52P1J-18-D-A053
Contract Vehicle: Army Computer Hardware, Enterprise Software and Solutions (CHESS)
Incumbent and their size: VAE; Large
Method of previous acquisition: Full and Open
Period of performance: October 01, 2021 - September 30, 2026
NAICS: 541519
Contract #: GS-35F-349CA/47QFCA19F0006
Contract Vehicle: General Services Administration Multiple Award Schedule
Incumbent and their size: CACI, LLC; Large
Method of previous acquisition: Full and Open
Period of performance: June 1, 2015 – May 31, 2025
NAICS: 541519
REQUIRED CAPABILITIES:
1. Inside Plant cabling expansion and repair: Team ensures the inside plant infrastructure can support the planned upgraded capabilities. This includes but is not limited to: Engineer, Furnish, Install, Secure, and Test (EFIS&T) appropriate categories of Fiber Optic Cable (FOC) and copper cabling; copper/FOC testing as validation that the cabling meets the USG requirements; provide the hardware – racks, rails, etc. - required to support the installation of cabling work, Installation of cable runs from the patch panel to the end user wall plate as well as from patch panel to patch panel; recondition, clean, and re-terminate FOC and copper cable and engineer, furnish, install, secure, and test premise wiring. Inside Plant work should also include any necessary heating, ventilation, and air conditioning and electrical infrastructure upgrades to support modernization efforts. Describe and provide an example of your company’s experience in Inside Plant expansion and repair to support IT systems.
2. Outside Plant cabling expansion and repair: Team ensures the outside plant infrastructure can support the planned upgraded capabilities. This includes but is not limited to: EFIS&T new communications cabling (FOC and copper) to support existing or modernization system requirements; install, stabilize, and/or repair transmission line cabling (FOC and copper) to support existing or modernization system requirements; provide and install conduit and duct routing to meet the existing and new system requirements; provide outside plant copper/FOC termination with appropriate connectors; provide testing and validation that the transmission cabling meets the applicable USG requirements; perform new trenching, digging, boring, and road cuts for outside plant cable installation and repair; and install, repair, and retrofit cable installations in manholes, handholes, overbuilds and cable vaults. Describe and provide an example of your company’s experience in repairing and upgrading Outside Plant to support IT systems.
3. Voice Modernization (VMOD): By 2025, the Army should complete migration to Voice over Internet Protocol (VoIP) systems and decommission legacy Time Division Multiplexing (TDM) voice systems and ancillary systems from service. These voice modernization efforts consist of two phases: Fielding standalone VoIP Local Sessions Controllers (LSCs) at various Army Posts/Camps/Stations (P/C/S) / and fielding Regional Session controllers (RSCs) that provide VoIP service for multiple P/C/S in four CONUS regions (National Capital Region, West, Southwest and Midwest). Regional voice strategy provides unclassified business voice service to Army and other mission partner customers using standardized Session Initiated Protocol (SIP) routing and in accordance with the latest Army Voice Design & Implementation Guide as well as the Army Voice Implementation Plan. The new regional voice ecosystem architecture will merge voice capabilities into a smaller physical footprint, provide common ancillary voice services leveraging cloud infrastructure where possible, leverage Army network modernization efforts, promote the use of soft clients to the maximum extent practical, and retire legacy TDM voice systems. Phase III of Voice modernization under this contract will include:
Describe and provide an example of your company’s experience in executing voice services modernization.
4. Network Modernization (NETMOD): PdM GENM-A requires network engineering and implementation support to Engineer, Furnish, Install, Secure, and Test (EFIS&T) the Installation Campus Area Network (ICAN) infrastructure (wired and wireless options) at US Army (USA) Bases/Posts/Camps/Stations (B/P/C/S) in accordance with the latest ICAN Design & Implementation Guide. Describe and provide an example of your company’s experience in modernizing DoD networks.
5. Army Enterprise Transport (AET) Modernization: PdM GENM-A is charged with modernization of the AET (previously known as Technical Control Facility (TCF)) which is the functional point within the Installation Campus Area Network (ICAN) where the user communication information is aggregated and securely transmitted to distant DoD installations. The team will be required to EFIS&T all Army CONUS-based AETs in accordance with the latest Army - AET Technical Guide as well as the Army ICAN-Collection Area Design & Implementation Guides. Describe and provide an example of your company’s experience in executing AET (or TCF) modernization.
SPECIAL REQUIREMENTS:
Must have a Top Secret Facility Clearance. Please include a statement regarding your company’s current facility clearance.
SOURCES SOUGHT:
The North American Industry Classification System Code (NAICS) for this requirement is 541519 with the corresponding size standard of $34,000,000.
In order to make a determination for a small business set-aside, two or more qualified and capable small businesses must submit responses that demonstrate their qualifications. Responses must demonstrate the company’s ability to perform in accordance with FAR clause 52.219-14, Limitations on Subcontracting.
To assist DISA in determining the level of participation by small business in any subsequent procurement that may result from this Sources Sought Notice, provide information regarding any plans to use joint ventures (JVs) or partnering. Please outline the company's areas of expertise and those of any proposed JV/partner who combined can meet the specific requirements contained in this notice.
SUBMISSION DETAILS:
Responses should include:
Businesses who wish to respond must send a response via email NLT 4:00 PM Central Time on March 16, 2023 to [email protected] and [email protected] . Interested businesses should submit a brief capabilities statement package addressing the specific questions above (no more than five pages) demonstrating the ability to perform the services listed under Required Capabilities.
Proprietary information and trade secrets, if any, must be clearly marked on all materials. All information received that is marked Proprietary will be handled accordingly. All submissions become Government property and will not be returned. All government and contractor personnel reviewing submitted responses will have signed non-disclosure agreements and understand their responsibility for proper use and protection from unauthorized disclosure of proprietary information as pursuant to 41 USC 423. The Government shall not be held liable for any damages incurred if proprietary information is not properly identified.