Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 23, 2008 FBO #2523
SOURCES SOUGHT

D -- AOCS

Notice Date
10/21/2008
 
Notice Type
Sources Sought
 
NAICS
541519 — Other Computer Related Services
 
Contracting Office
General Services Administration, Office of Management Services, ACM-D, Office of Management Services, ACM-D, 1800 F Street, NW, Washington, District of Columbia, 20405-0000
 
ZIP Code
20405-0000
 
Solicitation Number
ArchitectureOperationsContractSupport
 
Response Due
11/21/2008
 
Point of Contact
Diane P. Taylor,, Phone: 2022081822
 
E-Mail Address
diane.taylor@gsa.gov
 
Small Business Set-Aside
N/A
 
Description
THIS IS A SOURCES SOUGHT NOTICE ONLY. THIS IS NOT A REQUEST FOR PROPOSAL. General Services Administration, Office of Management Services, on behalf of Office of Acquisition Systems, Integrated Acquisition Environment is issuing this sources sought notice to measure the interest and availability of other than large business firms, including HUBZone, 8(a) or Service Disabled Veteran Owned Small Business (SDVOSB), Women Owned Small Business (WOSB) or other Small Business concerns that are capable of performing Architecture and Operations Contract Support. The purpose is to acquire support to include, but not limited to, program management, architectural design and development, security, and operational and maintenance support for the IAE system portfolio. The IAE portfolio currently consists of nine applications that facilitate the pre and post award procurement processes across the entire federal civilian and Department of Defense acquisition communities. In addition to the government users, many of the systems have applications that are specifically designed for public access and use. Therefore, the overall objective is to leverage technology to eliminate redundancy, streamline the management and operation of each application, and reduce the costs for the IAE portfolio. Read the project description and send a brief note of interest indicating your firm’s size and capability. Include your DUNS number and CCR CAGE code. The contractor will provide: -Manage end to end performance of the IAE Services Environment -Initially manage FPDS in the IAE Enterprise Services Environment -Establish AOCS model as viable to transition additional applications (FBO, ORCA, CCR, EPLS, eSRS, WDOL, CFDA, Past Performance Reporting, Assistance Community Applications, Transparency Reporting) -Manage the IAE Enterprise Services Environment (FPDS, FBO, ORCA, CCR, EPLS, eSRS, WDOL, CFDA, Past Performance Reporting, Assistance Community Applications, Transparency Reporting) -Design, build and maintain the IAE Enterprise Architecture capable of migrating new, or existing, systems or functionality -Provide Operations and Maintenance of the application environment. -Provide a certified Earned Value Management system -Develop, monitor, and report performance metrics -Define requirements for IAE applications to facilitate government solicitations -Ensure high-end durability of the IAE services environment (i.e. provide architecture design guidance and infrastructure specifications to Hosting Provider requiring use of quality equipment with complete fail over capability) -Responsible for systems engineering planning - Provide enterprise architecture oversight of system infrastructure (i.e. ensure Hosting Provider maintains servers, firewalls, technical refresh schedule, performance monitoring, system security and operating system maintainability in accordance with specified performance requirements) -Responsible for database management -Provide acquisition functional expertise across services -Manage the requirements process -Provide enterprise architecture oversight to development, test, acceptance and production environments -Provide configuration management -Perform acceptance testing, with government participation, and implement government approved software delivered by the Software Developer for all IAE applications -Provide software Quality Control -Responsible for data accuracy throughout the IAE Integrated Services Enterprise Architecture -Responsible for system security (C&A process, updates) -Provide customer relationship management support; interface with all agencies using IAE systems -Define and manage all necessary system interfaces -Serve as the keeper of IAE application’s code and licenses -Implement processes and procedures for development -Work with Software Developers for database changes - Establish government approved documentation templates for use by the Software Developers -Responsible for working with Software Developers’ (separate contract) implementation of CRs/SPRs to any IAE System or service area -Coordinate with Hosting updates and patches to Operating System (OS) to maintain system performance. -Define processes and procedures for help desk tiers -Provide Tier 2 and 3 help desk analysis and support (SPRs and CRs) for all IAE applications -Training (Sys Admins, Reporting) -Interface control management -Manage and maintain the applicable user interface(s) -Manage software utilizing Open Source methodologies Upon review of industry response to this Sources Sought Synopsis, the Government will determine whether a set-aside acquisition in lieu of full and open competition is in the Government's best interest. This synopsis is a market research tool being used to determine the availability and adequacy of potential small business sources prior to determining the method of acquisition and ultimate issuance of an award. The Government is not obligated to and will not pay for any information received from the potential sources as a result of this synopsis. It is requested that interested small businesses submit to the contracting officer a brief capabilities statement package (no more than 10 pages in length, single spaced, 12 point font minimum) demonstrating ability to perform the requested services. The documentation shall address, as a minimum, the following: (1) Relevant Experience to include experience in performing efforts of similar value, size, and scope within the last five (5) years including contract number, indication of whether your firm acted as a prime or subcontractor, contract value, Government/Agency point of contact and current telephone number, and a brief description of how the contract relates to the technical services described herein.(2) Company Profile to include number of employees, office location(s), DUNS number, CAGE Code, and statement regarding small business designation and status. Questions or comments regarding this notice are due October 31, 2008 via email diane.taylor@gsa.gov. RESPONSES ARE DUE NLT 21 NOVEMBER 2008, NLT 2:00 PM EST. LATE RESPONSES WILL NOT BE ACCEPTED. The package shall be sent via email to diane.taylor@gsa.gov
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=a41762c1a51c230596dd5f54bb890e01&tab=core&_cview=1)
 
Place of Performance
Address: Washington, District of Columbia, 20405, United States
Zip Code: 20405
 
Record
SN01694203-W 20081023/081021220546-a41762c1a51c230596dd5f54bb890e01 (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.