Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 12, 2006 FBO #1567
SOURCES SOUGHT

D -- Sources Sought for Radio Frequency In-Transit Visibility (RF-ITV) Support Services

Notice Date
3/10/2006
 
Notice Type
Sources Sought
 
NAICS
519190 — All Other Information Services
 
Contracting Office
Defense Information Systems Agency, Procurement and Logistics, DITCO-Scott, 2300 East Dr. Building 3600, Scott AFB, IL, 62225-5406
 
ZIP Code
62225-5406
 
Solicitation Number
E00590.00
 
Response Due
4/10/2006
 
Archive Date
4/25/2006
 
Description
General Information Document Type: Presolicitation Notice Solicitation Number: Reference-Number-RFI202 Posted Date: Mar 10, 2006 Original Response Date: Apr 10, 2006 Original Archive Date: Current Archive Date: Classification Code: D -- Information technology services, including telecommunications services Contracting Office Address Defense Information Systems Agency, Acquisition Directorate, DITCO-Scott, 2300 East Drive Bldg 3600, Scott AFB, IL, 62225-5406 Description D--Request for Information (RFI) for Radio Frequency In-Transit Visibility (RF-ITV) Support Services SUBJECT: Radio Frequency In-Transit Visibility (RF-ITV) Support Services DESCRIPTION: The Defense Information Systems Agency (DISA), at the request of the United States Army Product Manager for Joint Automatic Identification Technology (PM J-AIT) and in support of National Security goals established by the President, is seeking information from industry that will assist in the identification of Sources and other information regarding Radio Frequency In-Transit Visibility (RF-ITV) Support Services that may be required by Product Manager, Joint Automatic Identification Technology (PM, J-AIT). REQUIREMENT: The U.S. Army Product Manager, Joint-Automatic Identification Technology (PM J-AIT) is exploring the marketplace for innovative technical solutions, management and business approaches to provide reliable and cost effective global based Radio Frequency Identification (RFID) technology Support Services. Information obtained from RFID devices support the US Joint Forces and coalition warfighters around the world with In-Transit Visibility (ITV) information to trace the identity, condition, status, and location of cargo from origin (depot or vendor) to destination. Warfighters and Logisticians must have near real-time position reports for conveyances from numerous military and commercial Satellite Tracking Systems (STS). Data from these two technology devices is combined, processed, and accessed via web-based maps and reports, on both the DOD unclassified and classified networks, in order to provide global, logistics support to the Joint war fighter. PM J-AIT is currently receiving RF-ITV Support Services through DISA Encore 1 contract. This potential requirement may be sourced through the Encore 2 Contract. Therefore, contractors competing for Encore 2 contract are encouraged to respond to this RFI. PM J-AIT? mission is to support the " Joint Service and Army warfighters with information dominance by developing, acquiring, integrating, deploying and sustaining network-centric knowledge-based information technology and business management systems, communications, and infrastructure solutions through leveraged Commercial and Enterprise capabilities that support the total Army, every day and any where!" To meet this vision PM J-AIT may acquire automatic identification technology support services by means of a performance-based contract. Any products and services acquired for PM J-AIT?s many global customers must support the DoD transformation objectives and associated customer requirements, which due to the nature of the Global War on Terror continue to change. PM J-AIT, through a performance based contract hopes to establish, maintain and upgrade, through the application of emerging technologies, cost effective reliable and scalable systems to support this key functional requirement. PM J-AIT suspects that the resulting performance based system will directly tie contractor profits to the accomplishment of key performance objectives within a system infrastructure almost entirely under contractor control, from operation and maintenance of various read & write stations at global locations, to development of and operation of web-based ITV management tools for the joint warfighter. PM J-AIT?s possible requirement includes the following features: Performance Based Services Management Contract, where performance incentives directly reflect the ability of the contractor to meet optimal performance thresholds. Global Operations and Maintenance support of geographically dispersed RF-ITV technology and information systems Management, Reporting, storage, and archival of data collected through the RF-ITV system Increased Level of Service, offering the user a wider range of useful information through tools development and integration. Centralized Infrastructure Management to facilitate contract wide performance based measures while at the same time allowing the contractor to de-centralize operations based on theater requirements. Better Value through technology insertion and continued refinement of ITV systems to drive down costs while meeting key performance objectives. Contractor support will need to account for the following objectives: Scalability and Flexibility Continuous Service Improvement Process Improvement Management Dashboard Provide performance metrics tied to PM J-AIT?s business outcomes Ad-Hoc Reporting Day to Day Operations and Infrastructure Maintenance Management Operations and Maintenance Operations and maintenance objective encompasses all IMAC, O&M, Tier 2-4 Help Desk, etc. The current RFID tag read and write stations worldwide are listed in the chart below: Region Read Write Total Southern 11 8 19 Pacific 176 125 301 South West Asia 213 255 468 CONUS 421 461 882 Europe 150 283 433 (Includes US in UK) UK 108 95 203 (UK Owned) Worldwide 1079 1227 2306 Technical Integration * Ideas on how to integrate Services Oriented Architectures, web services and XML-based data interfaces to streamline integration w/ other DOD systems and reduce the cost of sustaining legacy point-to-point interfaces. * Ideas of how to leverage COTS identity management solutions to provide secure, 2-factor authentication and deliver user defined GUIs, reports and alerts. * Demonstrated experience w/ integrating COTS business intelligence software applications into existing Oracle DB systems to move beyond query based result sets to analytical and predictive functionality. * Demonstrated experience w/ integrating disparate data sources into a central relational database that also provides near real time data accessible through COTS geospatial software applications. * Mature SW development processes based on a spiral development methodology, use of Java, .NET and 4GL languages, with repeatable QA processes. *Availability of a Global Footprint of qualified technical people when required at short notice at the required locations. Program Management * Innovative ideas on how to efficiently and effectively manage and communicate with a geographically dispersed, highly skilled workforce. * Experience managing complex system development tasks w/ short development schedules. * Ability to recruit and retain management and technical representatives experienced in the DOD and Army logistics and command & control domains. Best Business Practices * Ideas on how to enhance GOVT and contractor management of, and visibility into, business and technical solutions through the use of web-based dashboard reporting tools. * Innovative ideas on how to construct the business relationship between the GOVT and vendor to ensure the contracted services meet identified performance metrics and the vendor is provided financial incentives/disincentives to meet those goals. * Identify your company?s skills to assess the technology available in the commercial market place and make recommendations to the customer cost effective solutions to improve overall system functionality. Special Projects Special Projects objective encompasses all Application Development, Technical Consulting Support, Subject Matter Expert, Business Consulting Support, etc. Other Other objective encompasses Transition In, Software Tools (Monitoring, Asset Management Solution, etc.), Software Tools Maintenance and Strategic Contract Support. In the exploration of the marketplace for RF-ITV support services PM J-AIT will make available The RF-ITV Information Support Plan V2.02 draft dated 30 November 2005 and the PM J-AIT RF-ITV Presentation to Prospective Vendors dated 20 June 2005 on a CD ROM media upon request by contractors registered in the Central Contractor Registration database. For the purposes of this announcement, responders should assume that the Government will be unable to provide any additional information outside of this informational CD at this time. Based on this information the Government requests a discussion of the emerging and existing technological approach to centralized management/decentralized operation of the RF-ITV infrastructure, approximate timelines for the adoption of the new approach and approximate costs associated with the approach. If an existing product is proposed to be adapted to fulfill this requirement, the Government requests a discussion of the technical tasks required to perform the adaptation and an estimate of their costs and duration. Information regarding contractor capabilities and prior experience in the design, development, and testing of RF-ITV Support Services technologies and products is also sought. Potential sources are requested to address any RF-ITV infrastructure centralized management issues, mail product information, if available, and identify Internet Web sites containing relevant information. SAMPLE RESPONSE OUTLINE: Following is a suggested outline and suggested page counts for a response to this RFI. This outline is intended to minimize the effort of the respondent(s) and structure the responses for ease of analysis by the government. The respondents are requested to address all the above stated requirements adequately in the following format: Section 1 - Conceptual Technical Architecture. Briefly describe your architectural concept and its corresponding logistical tail such as training, maintenance, installation, and technical support. Discuss the capability for the architecture to meet RF-ITV needs inside and outside CONUS. (4 to 6 pages for architecture description and logistical tail with one diagram identifying the brand/type of equipment that would typically be deployed) Section 2 Technical Feasibility Assessment Briefly describe the technical feasibility of your architecture and the design tradeoffs involved as matched against the functional requirements stated above. (2 to 4 pages) Section 3 Cost and Schedule Estimates Provide cost estimates for the architecture developed. Also, discuss cost drivers, cost tradeoffs, and schedule considerations (2 to 4 pages) Section 4 Alternate Approaches Ideas and suggestions that provide alternative approaches to designing, developing, acquiring, deploying and managing the RF-ITV solution. Section 5 Corporate Expertise Briefly describe your company, your products and services, history, ownership, financial information, and other information you deem relevant. (no suggested page count) In particular, please describe any projects you have been involved in that are similar in concept to what is described in this RFI, including management and operations approach, security requirements, security assurance processes, and any relevant lessons learned (1 page per project). Section 6 Potential sources are requested to provide their CAGE Code, their Small Business Status to include whether a business entity is small or large and thus eligible for Government programs and preferences reserved for ``small business'' concerns. Size standards have been established for types of economic activity, or industry, generally under the North American Industry Classification System (NAICS). Please identify size standard in this RFI so that you can appropriately represent yourself as either small or large. Please identify if your company is a small disadvantaged business or a woman owned small business, veteran owned business, manufacturer, etc., and whether your firm is registered in the Central Contractor Registration (CCR) database (http://www.ccr.gov/). DISCLAIMER: THIS RFI IS NOT A REQUEST FOR PROPOSAL (RFP) AND IS NOT TO BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT TO ISSUE A SOLICITATION OR ULTIMATELY AWARD A CONTRACT. RESPONSES WILL NOT BE CONSIDERED AS PROPOSALS NOR WILL ANY AWARD BE MADE AS A RESULT OF THIS SYNOPSIS. ALTHOUGH THIS POTENTIAL REQUIREMENT MAY BE SOURCED THROUGH THE ENCORE 2 CONTRACT AND CONTRACTORS COMPETING FOR ENCORE 2 CONTRACT ARE ENCOURAGED TO RESPOND THERE IS ABSOLUTELY NO PROMISE THAT A SOLICITATION BASED UPON ENCORE 2 OR ANY OTHER CONTRACT WILL RESULT. All information contained in the RFI is preliminary as well as subject to modification and is in no way binding on the Government. FAR clause 52.215-3, Request for Information or Solicitation for Planning Purposes (Oct 1977), is incorporated by reference into this RFI. All information received in response to this RFI that is marked Proprietary will be handled accordingly. Responses to the RFI will not be returned. In accordance with FAR 15.202(e), responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. Responders are solely responsible for all expenses associated with responding to this RFI. CONTACT INFORMATION: Potential sources are requested to provide this information electronically to Major John Kopp at: john.kopp@disa.mil, and Mr. Jay Gulati at jay.gulati@eis.army.mil, or mail information to: DISA DITCO, ATTN: MAJ John Kopp, Scott Field Office, 2300 East Drive, Building 3600, Scott Air Force Base, IL 62225 and to PM J-AIT, ATTN: SFAE-PS-EI-AT (Mr. Gulati), 8580 Cinder Bed Road, Suite 1400, Newington, VA 22122. Responses are due by 10 April 06. Original Point of Contact Major John Kopp U.S. Army, Contract Specialist, Phone 618-229-9644, Fax 618-229-9177, Email john.kopp@disa.mil
 
Place of Performance
Address: Global in nature; not confined to any one location.
 
Record
SN01003777-W 20060312/060310211643 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.