Defense Enclave Services (DES) RFP - Federal Contract Opportunity
Analysis of Federal Contract Opportunity Solicitation #: HC104720R0014 by G2X Lumen AI
Key Information
- Notice ID
- NAICS Code
- Agency
- DEPT OF DEFENSE
- Response Deadline
- February 11, 2021
- Type
- Solicitation
Executive Summary
Executive Summary
This analysis focuses on a federal contract opportunity related to the Defense Enterprise Services (DES) program. The government's objectives center around consolidating IT support services, reducing contract overhead, and enhancing cybersecurity for the Defense Information Systems Agency (DISA) and its mission partners. Key performance metrics emphasize system uptime, change and release management, alert detection, and cybersecurity support. The contract will require deliverables such as project management plans, transition plans, and various security-related reports. The work involves access to classified information and facilities, requiring appropriate security clearances.
The government aims to achieve these objectives through a consolidated contract vehicle that promotes innovation and cost savings. This includes consolidating disparate Local Area Network IT Support Services and managing desktop engineering and image configuration. The contractor must provide real-time service performance metrics, identify root causes of service outages, and implement industry best practices to improve service delivery and cybersecurity posture. The contract requires the contractor to maintain and update RMF documentation, ensure solutions operate in a compatible environment, and be prepared for potential future CMMC Level 3 certification requirements.
Detailed Analysis
Detailed Analysis
Agency and Opportunity Overview
The opportunity is for Defense Enterprise Services (DES), a Government-owned contractor-operated service model. This involves providing IT support services to DISA and its mission partners. There is no specific opportunity type (RFI, RFP, etc.) or solicitation number provided in the given text. The specific NAICS code is also not provided in the text.
Objectives and Requirements
The primary objectives of DES are to:
- Consolidate, integrate, and optimize disparate Local Area Network IT Support Services.
-
Provide a single flexible contract vehicle that includes end-user technical support, engineering, asset management, and operational project support
- Implement an integrated network operations center management of services across all aspects of the environment
- Manage desktop engineering and image configuration management
- Report service performance metrics in real time, identify root cause of service outages, scope areas of service improvement and reduce user downtime
-
- Reduce contract overhead through the consolidation of multiple support contracts.
-
Implement a program that incorporates the full management of HW and SW provisioning and service operations leveraging industry best practices
- Eliminate redundant SW and HW assets
- Generate innovative service delivery techniques that will increase cost savings
- Utilize industry best tools, processes, and procedures to enhance customer services, reliability and efficiencies to reduce the number of needed service technicians
-
- Generate and identify opportunities for new technology insertion to enhance the cybersecurity posture of DISA and its mission partners.
-
Promote innovation and delivery of new technology, including executing pilots and proof of concepts on emerging technologies related to Common Use IT services
- Ensure solutions proposed operate in a compatible, non-vendor lock-in, competitive environment
-
Key technical requirements include:
- Meeting specific Performance Standards (Network Operations) outlined in Table 2, such as:
- System and Tool Availability:
- High Performing Sites: >=99.99% system uptime
- Standard Sites: >=99% system uptime
- Change and Release without Incident: >=95% of changes and releases result in no adverse impact
- Alert detection and escalation: >=90% 24 x 7 x 365; Priority 1 alerts detected and reported within 30 minutes
- Decrease customer interactions: >=5% decrease, to begin after the first year.
- Cybersecurity Support: Maintain and update RMF documentation daily and maintain DoDNet security posture with minimal rework at least 95% of the time.
- System and Tool Availability:
- Adherence to security requirements, including access to classified (Secret and Confidential) and Controlled Unclassified Information (CUI) and compliance with DoD 5220.22-M National Industrial Security Program (NISPOM) standards.
- Potential future compliance with Cybersecurity Maturity Model Certification (CMMC) Level 3.
Submission Guidelines and Timeline
The provided text includes due dates for various deliverables:
- Non-Disclosure Agreement: 5 business days after award
- Project Management Plan: 10 business days after award
- Integrated Master Schedule: 10 business days after award
- Phase-In Transition Plan: 10 business days after award
- DoD Contract Manpower Report: 15 business days after contract award
- Employee Roster & Certification Status: 30 business days after award
- Status Report: 7 business days after end of month
- Quarterly Program Review (QPR): 10 business days after end of quarter
- Quality Control Plan: 30 calendar days after award
- Life-cycle Management Plan: 45 calendar days after award.
- Knowledge Management Plan: 45 calendar days after award.
- Risk Management Framework Plan: 75 calendar days after award.
- Migration Plan: NLT 30 calendar days prior to start of task
- Sustainment Plan: NLT 30 calendar days prior to start of task
- Phase-Out Transition Plan: Meet with the Government within 120 calendar days of the end of the last option period; written plan due 90 calendar days prior to the end of last option period
- Site Survey Report: NLT 15 business days after task completion
- Architecture Diagrams (DoDAF Compliant): NLT 30 calendar days prior to start of successor task
Vendors must organize their proposals according to the "Proposal Organization Table" (not provided), ensuring each volume is self-contained and adheres to specified page limits.
Evaluation and Acquisition Strategy
The intended contract type is a Fixed Price (FP) contract, specifically for labor rates, as mentioned in section 41.
The RFP states The Fixed Price (FP) Labor Rates proposed represent the Offeror’s fully-burdened FP hourly labor rates for each skill classification for work performed at Government and Contractor sites both in the Contiguous United States (CONUS) and Outside the Contiguous United States (OCONUS)
The contract will consist of a 1-year base period and four, 12-month option periods. The specific evaluation criteria are not detailed in the provided text.
Frequently Asked Questions
Ready to Add This Federal Contract Opportunity to Your Pipeline?
Get full access to opportunity tracking, teaming partners, and AI-powered insights on G2X
Track Updates
Real-time amendments and Q&A
Find Partners
Connect with prime contractors
Download Documents
Access all solicitation files
Pipeline Tracking
Manage opportunities in your G2X pipeline