Notice of Intent to Sole Source Transitional Unclassified Information Technology

Agency: DEPT OF DEFENSE
State: Virginia
Level of Government: Federal
Category:
  • D - Automatic Data Processing and Telecommunication Services
Opps ID: NBD00159288854330078
Posted Date: Apr 8, 2024
Due Date: Apr 23, 2024
Source: Members Only
Follow
Notice of Intent to Sole Source Transitional Unclassified Information Technology
Active
Contract Opportunity
Notice ID
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE NAVY
General Information
  • Contract Opportunity Type: Special Notice (Original)
  • All Dates/Times are: (UTC-04:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Apr 08, 2024 12:29 pm EDT
  • Original Response Date: Apr 23, 2024 04:00 pm EDT
  • Inactive Policy: 15 days after response date
  • Original Inactive Date: May 08, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: DA01 - IT AND TELECOM - BUSINESS APPLICATION/APPLICATION DEVELOPMENT SUPPORT SERVICES (LABOR)
  • NAICS Code:
    • 541512 - Computer Systems Design Services
  • Place of Performance:
    Arlington , VA
    USA
Description

Synopsis/Notice of Intent to Sole Source



The F-35 Joint Program Office (JPO), Arlington, Virginia intends to solicit, negotiate, and award a sole source contract under authority of Federal Acquisition Regulation, FAR 6.302-1 “Only One Responsible Source And No Other Supplies or Services Will Satisfy Agency Requirements”, to the incumbent contractor: General Dynamics One Source (GDOS), CAGE: 474R7. The proposed North American Industry Classification System (NAICS) code for this acquisition is 541512 customer computer programming services, with a small business size standard of $34.0 million. The period of performance will be 12-months with one six-months option period with an anticipated award date of 18 Jul 2024.



The F-35 Joint Program Office (JPO) requires transitional support services for its Unclassified Information Technology (IT) Enterprise network, consisting of Technology and Information Assurance (IA)/Cybersecurity Services (CS) to the JPO Virtual Enterprise (JVE) network and standalone stations for the United States Government (USG), and Cooperative International Partners while the F-35 JPO develops requirements for the future Unclassified IT environment.



This contract provides the F-35 JPO with Contractor support to deliver full range of IT and CS Services required to support and maintain the Unclassified IT network. The required services consist of the following:




  • Transition planning

  • Transition execution

  • Relocation

  • Program Management

  • Enterprise Architecture

  • Life Cycle Management

  • Testing

  • Operations & Maintenance

  • Enterprise Data Management

  • Service Desk Support

  • Training Services

  • Information Assurance (IA) and Cybersecurity (CS) Services

  • Application and Software Management



Operating, maintaining, and properly managing the life cycle of hardware, software, and services is the crucial, primary service provided by this contract. The Contractor will be required to conduct a program audit of all software currently in use and to manage future software. Additionally, the F-35 JPO is currently in the process of awarding a contract for a data center in the National Capital Region that can inhabit the classified and unclassified F-35 JPO servers. The Contractor for this contract will be required to move the unclassified network to the new data center.



General Dynamics One Source, LLC (GDOS) is the current Unclassified IT services contractor. Migrating a data center involves inherent risks, such as data loss, downtime, and security vulnerabilities. The current IT team is best positioned to manage these risks as they understand the organization's risk tolerance, security protocols, and data protection measures. In addition, proper and orderly transition typically occurs over the course of a 90-day period for the de-mobilization of the incumbent contractor and the mobilization of a new contractor[WWICO(J1] [B2] . In the initial 12-month period of performance, the transition activities would encompass 6 months, leaving only 6 months for full performance, with one six-month option period. The Government anticipates an award date on or before July 31, 2024.



Points of contact are Sanjana Garg, Contract Specialist, at Sanjana.Garg@jsf.mil, and Barbara Phillips, Contracting Officer, at Barbara.Phillips@jsf.mil.


Attachments/Links
Contact Information
Primary Point of Contact
Secondary Point of Contact
History
  • Apr 08, 2024 12:29 pm EDTSpecial Notice (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 >