Search Contract Opportunities

Joint Enterprise License Agreement (JELA) to fulfill a requirement for Adobe Brand Name Solutions   2

ID: 842367889 • Type: Sources Sought

Description

Posted: June 17, 2024, 4:46 p.m. EDT

The Defense Information Systems Agency (DISA) is seeking sources for Adobe brand name solutions for the Department of Defense (DoD) Joint Enterprise Licensing Agreement (JELA).

Amendment 2: The purpose of this amendment is to reopen the request for responses and remove number 5 and 6 under Special Requirements. The Government requests additional or new responses to research small business capabilities in meeting the updated requirements of this announcement. The response date is June 25, 2024 4:00 PM Eastern Daylight Time (EDT). All changes are in red.

Amendment 1: The purpose of this amendment is to extend the response date to September 20, 2023 4:00 PM Eastern Daylight Time (EDT). All changes are in red.

CONTRACTING OFFICE ADDRESS:

DISA/Defense Information Technology Contracting Organization (DITCO)
2300 East Drive, Building 3600
Scott AFB, IL 62225-5406

INTRODUCTION:

This is a SOURCES SOUGHT ANNOUNCEMENT to determine the availability and technical capability of small and large businesses ONLY 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.

In support of mission partners across the DOD, DISA is seeking information for potential sources for Adobe brand name products. This will be the fourth follow-on agreement since 2013. The initial award of the Adobe JELA I under the Department of Defense (DOD) Enterprise Software Initiative (ESI) Blanket Purchase Agreement (BPA) was to expand the enterprise agreement to DISA with Army and Air Force, and ultimately to the entire DOD environment. This next iteration focuses on expanding to the Department of Navy and Marine organizations.

DISA/DOD JELA will support user across Continental United States (CONUS) and Other than Continental United States (OCONUS). The Government estimates a potential of up to 2.5 million users which includes device support.

The anticipated Period of Performance is a 6-month base period, with four (4) 12-month option periods for a total of 4.5 years.

The Period of Performance is listed below:

Base Year: September 30, 2024 to March 29, 2025

Option Year 1: March 30, 2025 to March 29, 2026

Option Year 2: March 30, 2026 to March 29, 2027

Option Year 3: March 30, 2027 to March 29, 2028

Option Year 4: March 30, 2028 to March 29, 2029

The Place(s) of Performance will be specified at the Task Order-level; however, the following locationis contemplated at this time. This is not an all-inclusive list.

1. DISA Headquarters (HQs) facility located at 6910 Cooper Avenue, Fort George G. Meade, MD 20755

DISCLAIMER:

THIS SOURCES SOUGHT ANNOUNCEMENT 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 ANNOUNCEMENT. NO FUNDS ARE AVAILABLE TO PAY FOR PREPARATION OF RESPONSES TO THIS ANNOUNCEMENT. ANY INFORMATION SUBMITTED BY RESPONDENTS TO THIS SOURCES SOUGHT ANNOUNCEMENT IS STRICTLY VOLUNTARY.

CONTRACT/PROGRAM BACKGROUND:

Contract Number: NNG15SC33B

Contract Type: Firm-Fixed Price

Incumbent and their size: Incumbent Emergent. Large Business.

Method of previous acquisition: Limited Source Brand Name Justification Authorized Resellers on National Aeronautics and Space Administration (NASA) Solutions for Enterprise-Wide Procurement (SEWP)

Period of performance: Base Contract: September 30, 2021 - September 29, 2022

Option Period I: September 30, 2022 - September 29, 2023

Option Period II: September 30, 2023 - September 29, 2024

Contract Number: HC1028-16-A-0008

Contract Type: A single award Firm-Fixed Price (FFP) Blanket Purchase

Agreement (BPA)

Incumbent and their size: Carahsoft Technology in care of CDW

Government LLC. Large business.

Method of previous acquisition: Limited Source Justification and .Authorization (J&A),Known General Services Administration (GSA) Resellers on GSA eBuy.

Period of performance: Base Contract: September 30, 2016 September 29, 2017

Option Period I: September 30, 2017 - September 29, 2018

Option Period II: September 30, 2018 - September 29, 2019

Option Period III: September 30, 2019 - September 29, 2020

Contract Number: N00104-12-A-ZF32/KH01

Contract Type: Firm-Fixed Price

Incumbent and their size: CDW Government LLC. Large Business.

Method of previous acquisition: Limited Source Brand Name Justification, Authorized Resellers on DOD ESI BPA

Period of performance: Base September 30, 2013-September 29, 2014

Option Period I: September 30, 2014-September 29, 2015

Option Period II: September 30, 2015-September 29, 2016

REQUIRED CAPABILITIES:

Products must be compliant with Section 508 of the Rehabilitation Act of 1973 and provide support to apply Section 508 meta-tagging to products that are created. This requirement must address technical capability on four areas of focus within scope of effort: Portable Document Form (PDF), Forms Management, Visualization and Multimedia Design, and Web Content management tools.

For PDF software, the specific area of focus includes PDF document reading, creating and exporting PDFs, PDF content editing, review and annotation functionality, forms, e-Signatures, redactions, mobile support, and compliance with federal security requirements.

For Forms Management, the area of focus includes form creation, design, deployment, mobility, analytics, and Web integration capabilities for forms.

For Visualization and Multimedia Design products, the area of focus includes photo image and graphics editing, digital photo asset management, layout and page design software, video and motion picture editing software (including graphics), and Web design software.

For Web Content Management tools, the area of focus includes building, publishing, and updating of Web pages with best-in-class UX/UI capabilities (including design templates), API integration, Web analytics and SEO tools, and mobile functionality.

The following is a list of Adobe products that must be delivered in both online and offline environments:

  • Adobe Acrobat Pro Document Cloud
  • Adobe Experience Manager (AEM) Forms
  • Adobe Creative Cloud All Apps Enterprise
  • Creative Cloud Single Application
  • Adobe Dreamweaver
  • Adobe Illustrator
  • Adobe Photoshop
  • Adobe Audition
  • Adobe Incopy
  • Adobe InDesign
  • Adobe Premiere
  • Adobe After Effects
  • Adobe Presenter
  • Adobe Coldfusion Enterprise
  • Adobe Coldfusion per instance
  • Adobe Framemaker
  • Adobe RoboHelp Office
  • Adobe Captivate Enterprise
  • Adobe Connect
  • Adobe Connect Managed Services
  • Animate Enterprise
  • Technical Communication Suite Enterprise
  • Adobe AEM Sites
  • Adobe Analytics
  • Adobe Target
  • Adobe AEM Sites Managed Services
  • Adobe Sign
  • Adobe AEM Assets
  • Substance 3D

SPECIAL REQUIREMENTS

  1. Program management to accommodate 2.5 million users and multiple DOD agencies. Provide Program Management Monthly review.
  2. Must provide a license tracking mechanism for online and offline environments.
  3. Must be proficient in product support, technical support, and training webinars for a high-volume customer agreement.
  4. Must deliver the full product set of capabilities for Adobe Product listed above.

SOURCES SOUGHT:

The North American Industry Classification System Code (NAICS) for this requirement is 513210, with the corresponding size standard of small and large.

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:

  1. Business name and address;
  2. Name of company representative and their business title;
  3. Type of Small Business.
  4. CAGE Code;
  5. Prime contract vehicles, to include ENCORE III, SETI, NIH, NASA SEWP, General Service Administration (GSA): OASIS, ALLIANT II, VETS, STARS II, Federal Supply Schedules (FSS) (including applicable SIN(s)), or any other Government Agency contract vehicle that allows for decentralized ordering. (This information is for market research only and does not preclude your company from responding to this notice.)

Businesses who wish to respond must send responses via email NLT 4:00 PM Eastern Daylight Time (EDT) on June 25, 2024, to (david.a.white440.civ@mail.mil),Madelyn Rozycke (madelyn.l.rozycke.civ@mail.mil) and Carmelyn Anne Bryan (carmelynanne.bryan.civ@mail.mil). Interested businesses should submit a brief capabilities statement package addressing the specific questions (no more than five pages) and demonstrating 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 described 41 USC 423. The Government shall not be held liable for any damages incurred if proprietary information is not properly identified.

Posted: June 17, 2024, 3:33 p.m. EDT
Posted: Sept. 12, 2023, 8:12 a.m. EDT
Posted: Aug. 29, 2023, 3:00 p.m. EDT
Background
The Defense Information Systems Agency (DISA) is seeking sources for Adobe brand name solutions for the Department of Defense (DoD) Joint Enterprise Licensing Agreement (JELA). This will be the fourth follow-on agreement since 2013. The initial award of the Adobe JELA I under the Department of Defense (DOD) Enterprise Software Initiative (ESI) Blanket Purchase Agreement (BPA) was to expand the enterprise agreement to DISA with Army and Air Force, and ultimately to the entire DOD environment. This next iteration focuses on expanding to the Department of Navy and Marine organizations.

Work Details
Products must be compliant with Section 508 of the Rehabilitation Act of 1973 and provide support to apply Section 508 meta-tagging to products that are created. This requirement must address technical capability on four areas of focus within scope of effort: Portable Document Form (PDF), Forms Management, Visualization and Multimedia Design, and Web Content management tools.

The following is a list of Adobe products that must be delivered in both online and offline environments. Special requirements include program management to accommodate 2.5 million users and multiple DOD agencies, providing a license tracking mechanism for online and offline environments, proficiency in product support, technical support, and training webinars for a high-volume customer agreement, delivering the full product set of capabilities for Adobe Product listed above, ability to have ad-hoc on-site support or consulting services for end-users requesting Top Secret clearance, and having Platinum reseller obligation and benefits.

Period of Performance
The anticipated Period of Performance is a 6-month base period, with four (4) 12-month option periods for a total of 4.5 years. The specific period of performance is as follows: Base Year: September 30, 2024 to March 29, 2025; Option Year 1: March 30, 2025 to March 29, 2026; Option Year 2: March 30, 2026 to March 29, 2027; Option Year 3: March 30, 2027 to March 29, 2028; Option Year 4: March 30, 2028 to March 29, 2029.

Place of Performance
The Place(s) of Performance will be specified at the Task Order-level; however, the following location is contemplated at this time: DISA Headquarters (HQs) facility located at 6910 Cooper Avenue, Fort George G. Meade, MD 20755.

Overview

Response Deadline
June 25, 2024, 4:00 p.m. EDT (original: Sept. 13, 2023, 4:00 p.m. EDT) Past Due
Posted
Aug. 29, 2023, 3:00 p.m. EDT (updated: June 17, 2024, 4:46 p.m. EDT)
Set Aside
None
PSC
None
Place of Performance
United States
Source
SAM

Current SBA Size Standard
$47 Million
Pricing
Fixed Price
Est. Level of Competition
Low
Est. Value Range
Experimental
$50,000,000 - $200,000,000 (AI estimate)
Odds of Award
15%
Vehicle Type
Blanket Purchase Agreement
On 8/29/23 Defense Information Systems Agency issued Sources Sought 842367889 for Joint Enterprise License Agreement (JELA) to fulfill a requirement for Adobe Brand Name Solutions due 6/25/24. The opportunity was issued full & open with NAICS 513210.
Primary Contact
Name
David White   Profile
Phone
None

Secondary Contact

Name
Madelyn Rozycke   Profile
Phone
None

Documents

Posted documents for Sources Sought 842367889

Question & Answer

Opportunity Lifecycle

Procurement notices related to Sources Sought 842367889

Incumbent or Similar Awards

Contracts Similar to Sources Sought 842367889

Potential Bidders and Partners

Awardees that have won contracts similar to Sources Sought 842367889

Similar Active Opportunities

Open contract opportunities similar to Sources Sought 842367889

Additional Details

Source Agency Hierarchy
DEPT OF DEFENSE > DEFENSE INFORMATION SYSTEMS AGENCY (DISA) > IT CONTRACTING DIVISION - PL84
FPDS Organization Code
97AK-HC1084
Source Organization Code
500018349
Last Updated
July 10, 2024
Last Updated By
madelyn.l.rozycke.civ@mail.mil
Archive Date
July 10, 2024