SOURCES SOUGHT
D -- Requst for Information - Naval Construction Force Management Information System
- Notice Date
- 5/5/2008
- Notice Type
- Sources Sought
- NAICS
- 541512
— Computer Systems Design Services
- Contracting Office
- Department of the Navy, Naval Facilities Engineering Command, Specialty Center Acquisitions NAVFAC, N62583 SPECIALTY CENTER ACQUISITIONS NAVFAC 1205 Mill Road Building 850 Port Hueneme, CA
- ZIP Code
- 00000
- Solicitation Number
- N6258308RFI01
- Response Due
- 5/23/2008
- Point of Contact
- Magdalena Evangelista 805-982-5077 and Lisa Howard 805-982-2082
- Small Business Set-Aside
- N/A
- Description
- Pursuant to FAR 15.202(e), the Naval Facilities Engineering Command (herein referred to as NAVFAC) is requesting information to procure an enterprise application (fully hosted by NAVFAC) that supports all or a significant part of the defense acquisition and logistics paradigm. Capabilities sought include: total life cycle management and tracking of: authorized mission requirements; outfitting, and sustainment, as well as, support for program management level planning, programming, budgeting, and execution (PPBE) through all future year defense plan (FYDP) cycles. This RFI is intended to solicit vendors to conduct a self-assessment of their ability to satisfy the functionality desired as listed above, conduct a systems demonstration to validate their capabilities, present their Implementation and Sustainability methodology and submit a rough cost estimate covering initial planning through on-going sustainment. NAVFAC is requesting all respondents use Attachment (1) to rate their systems capabilities to satisfy the requirements. If respondents system requires software changes in order to satisfy requirements, please submit a rough cost estimate identifying what that cost would be. This RFI is looking for a rough cost estimate (over a 10 year period) for procurement, implementation and operations & maintenance of an enterprise application that has been described in this RFI utilizing Attachment (2). NAVFAC is requesting each respondent fill out Attachment (2) with their cost estimates. THE DOCUMENT WITH A COMPLETE DESCRIPTION OF THE REQUEST FOR INFORMATION AND ATTACHMENTS MAY BE DOWNLOADED FROM THE NECO WEBSITE. Please email your responses to this RFI including Attachment (1) & (2) to the following NAVFAC points of contact by 23 May 2008: Magdalena Evangelista, SCAN Contract Specialist, email: Magdalena.evangelist@navy.mil and Lisa Howard, NXR4L Project Manager, email: lisa.howard1@navy.mil NAVFAC is requesting all respondents conduct a system demonstration and provide an oral presentation of their Implementation and Sustainability Methodology. The purpose of the system demonstration is to validate each respondents self-evaluation of their system to satisfy the requirements. The Implementation and Sustainability Methodology presentation is intended to evaluate each respondents proven capability used for implementing and sustaining their product. Details regarding the presentation & demonstration are as follows: 1) Scheduling - Contact Ms. Lisa Howard or Mr. Steve Hammett at (805) 982-2082 no later then 9 May 2008 2) When 27 thru 30 May 20083) Location Port Hueneme, California. Notification of the exact address will be communicated to each respondent once the location is secured.4) Time allowed - The Implementation and Sustainability Methodology presentation shall be limited to 1 hour followed with a hour break to setup for the system demonstration which will be limited to 2 hours. This time limit will be strictly enforced. 5) Logistics - Both the presentation and system demonstration shall be made in person. Submission of videotapes or other forms of media are not authorized and will be rejected. There shall be no reference to any cost or pricing, in any manner, during this presentation/demonstration. Due to space limitations the respondents should limit their attendees to no more than 5. Each respondent is expected to bring their own laptop with their presentation and capability to conduct a system demonstration. Internet access will be provided along with an overhead projector. INFORMATION REQUESTED 1.What advantages would you suggest NAVFAC take under advisement when considering an enterprise application which is fully hosted by NAVFAC?2.Please provide your input on an overall system design, including system software/hardware characteristics e.g. application software, Web application server, database server, reports server, etc. (and possible RFP requirements that NAVFAC should consider) which would meet the general intent described in the Background section described above.3.Please provide your input on the commercial availability of all functionality listed under Functionality Desired section above. Which of these items are difficult to achieve?4.Please provide your input on the difficulty of meeting the requirements outlined in the DOD IT Requirements section above.5.Please describe the strategy that you suggest NAVFAC should adopt (and RFP requirements NAVFAC should consider) for meeting the requirements listed under the Concerns section above. CONCERNS NAVFAC is requesting that respondents consider the following critical aspects of the system when addressing this request for information. Implementation and Sustainability Methodology The current system in use is a complex system composed of several subsystems that were developed and implemented independently over a timeframe of several years at least twenty years ago. These subsystems are based on out-of-date technology which has made it difficult and expensive to sustain due to their age resulting in serious functional limitations. Subsequent attempts to implement a replacement system have been plagued with planning and configuration difficulties. To ensure that the implementation and sustainability of a replacement system has the best chance for success, potential replacement systems nominated by respondents should have a proven methodology that they have consistently employed in the past and that is currently in use for implementing and sustaining their product. This methodology should describe in detail the various repeatable concepts and processes in use for, at the minimum, the following areas: 1) planning and configuration; 2) testing, training, and system go-live; 3) follow-on system operation and maintenance; and 4) sustainability support. Software Releases and Customization NAVFACs hosting facility located in Port Hueneme, California operates in an accredited Navy Marine Corps Intranet (NMCI) extended DeMilitarized Zone (eDMZ). As such, strict process, standards, procedures, and configuration and change management must be followed for all software/hardware changes. If customization is required in order to satisfy the requirements, software releases can become more difficult and costly to manage. Respondents are requested to provide their life-cycle recommendation on how best to manage both regular product upgrades and if required how best to manage them in conjunction with customization. Risk Management Methodology In previous attempts to implement a replacement system, risks were difficult to properly identify and manage. As a result, the employment of a well-defined and repeatable methodology for effectively managing risk is critical during the implementation of a replacement system. Respondents nominating a replacement system should have a proven methodology that they have consistently employed in the past and that is currently in use for effectively managing risks. This methodology should describe in detail the various repeatable concepts and processes in use for, at the minimum, the following areas: 1) risk identification; 2) nature of the risk; 3) risk mitigation; and 4) risk scoring. System Operational Usage Environments In addition to the normal office environment where a system is used on a day-to-day basis, current business operations include both enclosed climate and non-climate controlled warehouses and open-air environments. The horizontal and vertical physical layouts of the warehouses necessitate a system to be capable of operating on a mobile computing device which would allow for either a store-and-forward communication method or the use of current mobile communications technologies. Due to the possible adverse environmental conditions that could be encountered during system usage in a warehouse, any mobile computing device used must have the capability to be safely operated by an end user without any potential negative physical effects. These capabilities would also enable the system to be used in either open-air local or remote-deployed work situations where it could be exposed to both hazardous environmental and intermittent communication conditions. SUMMARY This request is for informational and planning purposes only and shall not be construed as a Request for Proposal or as an obligation on the part of the Government. The Government does not intend to award a contract on the basis of this request or otherwise pay for the requested information. The Government will not provide a debriefing on the results of this request nor will respondents be contacted regarding information gathered. No basis for claim against the Government shall arise as a result of this request for information notice or Government use of any information provided. Please email your responses to this RFI including Attachments (1) & (2) to the following NAVFAC points of contact by 23 May 2008: Maggie Evangelista, SCAN Contract Specialist, email: magdelena.evangelist@navy.mil and Lisa Howard, NXR4L Project Manager, email: lisa.howard1@navy.mil. Please schedule your presentation & system demonstration with Ms. Howard or Mr. Steve Hammett by 9 May 2008 by calling (805) 982-2082. Include your Company Name, Address, Point of Contact, Phone Number, and EMAIL address on your response. In addition to completing both Attachments (1) & (2), please limit your response to 10 pages.
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=519ce2c46daee296272a52e8a405634e&tab=core&_cview=1)
- Record
- SN01566321-W 20080507/080505214709-848da6ca7d6b04e255da8153e9e3e136 (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 |