Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 01, 2007 FBO #1952
SOURCES SOUGHT

D -- REQUEST FOR INFORMATION FOR FEDLOG

Notice Date
3/30/2007
 
Notice Type
Sources Sought
 
NAICS
541511 — Custom Computer Programming Services
 
Contracting Office
Defense Logistics Agency, Logistics Operations, DAPS - Mechanicsburg, 5450 Carlisle Pike, Mechanicsburg, PA, 17055, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
Reference-Number-RFI-07-I0014
 
Response Due
4/23/2007
 
Archive Date
5/8/2007
 
Description
Request for Information for FEDLOG 1.0 SUBJECT/GENERAL INFORMATION Request for Information (RFI). The Defense Logistics Agency (DLA), Defense Logistics Information Service (DLIS) requires development, mastering, production/distribution, and support services (training and user technical support) to augment and provide on-going production of the FED LOG CD-ROM and DVD product. FED LOG is a logistics information software program that enables authorized users to retrieve large amounts of unique data quickly and easily. Mastered from 62 files provided by Department of Defense other Federal sources, FED LOG provides logistics information on approximately 8 million individual items of supply. FED LOG is available on a five CD disc set or one DVD disc and has a subscription base of approximately 30,000 per month. Responses are due to this RFI by 3:00 PM on April 23, 2007 2.0 DESCRIPTION/REQIREMENTS Specifically, this RFI seeks the following information: This replacement and augmentation product must support user environments ranging from 16-bit DOS based applications (for system to system interfaces and disc to system interfaces), mid-1990?s UNIX platforms, extended through 32-bit Windows environments and finally ? to a modern system of operations which runs in a Web Browser, and employs a desktop runtime environment capability (principally the Java Runtime Environment or JRE). This product will have the advantage of a relational data structure using object oriented principles, and extends the presentation of the data into the client-application space, while at the same time maintaining backward compatibility and full functionality with legacy systems. Operation of the portable media product must conform to established DoD application and security standards and policies. The rationale is to provide customers with a product that equals and mimics Web behavior and appearance, but operates in off-line operations and in environments where connectivity is non-existent, minimal, or compromised. While there are known implementations of the two separated production environments, we know of no process that blends legacy and web based applications. It is imperative that the interested vendor provides a solution or set of solutions which combine the spectrum of known customer platforms, operating systems, systems capabilities, and interfaces. The product must be offered in both CD-ROM and DVD formats. Other potential mobile memory devices MAY be considered, but the CD-ROM and DVD requirements must be met. Provide a brief (not more than ten pages) White Paper to identify and describe the availability/status/schedule of any potential solutions and identify risk areas or categories and the severity of each. Provide a Rough Order of Magnitude (ROM) cost. This will enable the Government to evaluate impact on the acquisition strategy and finalize the requirement. Specify if the vendor has the capability to provide this solution under an existing GSA Schedule or other government contract vehicle Conceptual technical architecture alternatives ? Technical feasibility alternatives assessments ? Approximate cost information (i.e., order of magnitude, ballpark estimates, etc.) for alternatives ? Schedule estimates ? Ideas and suggestions that provide alternative approaches to designing, developing, acquiring, operating, and managing FEDLOG The purpose of this RFI is to gather information about requirements enumerated above, plus any additional data not currently considered. To the extent simplifying assumptions are needed, respondents are encouraged to make and document such assumptions in their responses including security aspects. The Government encourages creativity and outside the box thinking in responses to this RFI suggestions below 3.0 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 and structure the responses for ease of analysis by the government. Nevertheless, respondents are free to develop their response as they see fit in addressing the above Section 1 ? Conceptual Alternatives Briefly discuss concepts for FEDLOG, including the reliability and availability characteristics of the alternatives. Discuss the capability/feasibility to expand to allow similar information in the same media system. (Suggest minimum brand/type of equipment that would typically be deployed to the user for safeguarding the media for concept and alternatives, realizing the current technology required which must be addressed) Section 2 ? Feasibility Assessment Briefly describe the feasibility of each alternative and the design tradeoffs involved as matched against the functional requirements and risks and vulnerability Section 3 ? Cost and Schedule Estimates Provide cost estimates for each alternative for a 5-year contract (base year w/options). Also, discuss cost drivers, cost tradeoffs, and schedule considerations Section 4 ? Corporate Expertise Briefly describe your company, your products and services, history, ownership, personnel, financial information, and other information you deem relevant. (not included in 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 (1-2 pages per project ? not included in page count) Include any comments on the structure of the requirements for a formal RFP response. Section 5 ? Additional Materials Please provide any other materials, suggestions, and discussion you deem appropriate. 4.0 INFORMATION EXCHANGE MEETINGS DLIS will hold an information exchange meeting to discuss this RFI with interested potential respondents. Details about this meeting will be made available at a later date. If you wish to attend this meeting, please respond to the contact provided below. In addition, DLIS will consider meeting individually with interested potential respondents. If you are interested in requesting such a meeting, please respond to the contact provided below. 5.0 DISCLAIMER This RFI is issued solely for information and planning purposes only and does not constitute a solicitation. 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 15.201(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. 6.0 CONTACT INFORMATION Following is the Point of Contact (POC) for this RFI, including the public information exchange meeting: JO ANN MOORE (717) 605-4510 jo.moore@dla.mil or Alternate Susan.Rapoza@dla.mil, (717) 605-1557 Please submit responses via e-mail in Microsoft Office format by 3:00 PM on 23 April 2007, to the POC at: jo.moore@dla.mil You may also submit supplemental hardcopy materials such as brochures, etc. (5 copies each) to the POC: Jo Ann Moore, HQ DAPS Contracting 5450 Carlisle Pike Bldg 9 Mechanicsburg PA 17055-0788.
 
Record
SN01262680-W 20070401/070330220112 (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.