DOCUMENT
D -- FBI Investigative Data Warehouse (IDW) Operations & Maintenance and Enhancements - DRAFT PWS
- Notice Date
- 12/18/2008
- Notice Type
- DRAFT PWS
- NAICS
- 541512
— Computer Systems Design Services
- Contracting Office
- Department of Justice, Federal Bureau of Investigation, Information Technology Contracts Unit/PPMS, 1000 Custer Hollow Road, Module B-3, Clarksburg, West Virginia, 26306
- ZIP Code
- 26306
- Solicitation Number
- 09-301769
- Response Due
- 1/8/2009 11:00:00 AM
- Archive Date
- 1/23/2009
- Point of Contact
- Linda S. Patterson,, Phone: 304-625-5537, Michael J. Young,, Phone: 304-625-3910
- E-Mail Address
-
Linda.Patterson@ic.fbi.gov, myoungjr@leo.gov
- Small Business Set-Aside
- N/A
- Description
- Federal Bureau of Investigation Investigative Data Warehouse (IDW) Request for Information (RFI) #09-301769 12/18/2008 Title: Investigative Data Warehouse Operations & Maintenance and Enhancements Staffing – NOTICE: This potential procurement action is contingent upon the Availability of Funds. Summary: This Request for Information (RFI) is in support of an anticipated acquisition for the Federal Bureau of Investigation (FBI) Investigative Data Warehouse (IDW) system. This effort will provide information technology (IT) support services essential for the operations & maintenance and including minor integration/enhancements to sustain the current IDW system. The government requests information pertaining to the capabilities of industry, specifically small businesses, in support of the IDW system. This RFI is for planning and informational purposes only and shall not be considered as a request for proposal or as an obligation on the part of the Government to acquire any products or services. No entitlement to payment of direct or indirect costs or charges by the Government will arise as a result of contractor submission of responses to this RFI or the Government’s use of such information. The Government reserves the right to reject, in whole or in part, any contractor’s input resulting from this RFI. Vendors that do not possess an active Top Secret Facility Clearance need not respond. Purpose: This RFI is part of the FBI’s effort to identify and assess the business community’s capability to provide IT support services associated with the IDW system (attachment A, “Draft Performance Work Statement”). Also, this RFI establishes high level preliminary acquisition milestones related to any upcoming solicitation activities related to IDW. Although response to this RFI is not restricted, the primary purpose is to accomplish two goals related to the market research and acquisition; - Assess the capabilities of the small business community to perform described tasks - Inform/prepare industry for a potential FBI solicitation forthcoming early calendar year 2009 Background/Scope: IDW is a searchable repository of investigative and intelligence information, and is a critical tool to collect, manage and exploit information from both within the Bureau and other government law enforcement agencies. The Office of Information Technology Program Management, within the FBI’s Information Technology Branch, plans to solicit industry for proposals in support of the continuing operations of the IDW system. Services anticipated include those required to provide staffing (staff augmentation) of skilled and experienced technical personnel in order to operate and maintain (O&M) the system, to provide user support, provide, provide for minor enhancements to existing system tools, and provide program management. Procurement of equipment as a part of this solicitation is still to be determined. The following are examples of the type of systems and functions that the technical staff will be expected to support (see draft PWS for more specific information on tasks): a.Production System O&M b.Test/Integration System O&M c.Data Management Lifecycle Support d.Operational User Support and Training e.Software and System Corrective and Perfective Maintenance f.Testing and Quality Assurance Planning and Management g.Change/Configuration/Release Management h.Data/Information Query Tool Upgrades i.Staffing Program Management j.Logistics and Inventory Management Anticipated skill sets include; Systems Engineers, Data Repository/Warehouse Specialists, Query and Search Specialists, System Integrators, User Support Specialists, Security Specialists, System/Network/Database Administrators, Server and Network Engineers/Architects, Project Managers, Logistic Managers, Technical Trainers, etc. This list represents example skill sets only. N.B. This procurement Does Not include major redesign of the current system and is not associated with any other RFI previously issued by the FBI for the IDW system. Incumbent Information: The on-going support contract was awarded to Science Applications International Corporation (SAIC) in November 2008. The program was originally managed by the Navy SPAWAR (Charleston Service Center), beginning in 2002. Instructions: After review of the above information and DRAFT PWS, interested parties should submit a response in the following electronic format. Electronic files should be in Microsoft Office (Word, Excel, PowerPoint) or PDF format. All information should be UNCLASSIFIED material only. Any company proprietary information must be marked as such. Information should not exceed 15 one-sided 8 ½ x 11 pages, with one inch margins, and font no smaller than 12 point. Respondents should include as part of their submission: A.Provide a synopsis of the company’s core competencies and corporate information. (limit 2 pages) 1)Company name, address, telephone number, a point of contact with e-mail address, Federal Cage Code, Data Universal Numbering System (DUNS), Central Contractor Registration (CCR) number 2)Business size and small business status (e.g. Small Disadvantaged, 8(a), Woman-Owned, etc.) 3)Facility security clearance level. 4)Any contracts (present or in the last 5 years) with the FBI along with their contract number, amount, and type (e.g.FFP, Cost Plus, T&M, etc.) B.A synopsis of the company’s capability related to this RFI and Draft PWS. (limit 5 pages) 1)Describe your technical and management expertise to successfully fulfill the prescribed duties contained in the attached Draft PWS by task C.Government Acquisition Management (limit 3 pages) 1)Capability to ramp up the proper skill set to manage this effort 2)Manage staff turnover and training personnel 3)If applicable, assess the impact that winning this work will have on your status as a small business status throughout the life of this contract 4)The total ceiling for this acquisition is likely to exceed $25M over the life of the contract. Describe how your company will manage a contract of this size. 5)Describe your company’s experience with performance based contracting in the past 5 years D.Technical Experience in the intelligence community (limit 3 pages) 1)Past experience working specifically within the FBI environment 2)Information on any other government experience with respect to IT operations and maintenance, data warehousing, program management, integration and test services, training, and data management within the intelligence community. E.Any comments on the Draft PWS. Note: This is a RFI only. The government does not intend to respond to any questions received at this time. All questions submitted will be treated as comments (limit 2 pages). Solicitation Number: N/A. No solicitation exists at this time; therefore, please do not request a copy of the solicitation. Other Relevant Information: 1.) Industry Day – The government anticipates hosting an industry day to provide further information regarding key objectives related to providing staffing for maintaining and enhancing the existing capability of the IDW system. The industry day is tentatively scheduled for Wednesday; January 28, 2009 @ FBI Headquarters - Bonaparte Auditorium, 935 Pennsylvania Ave. NW Washington, DC 20535. Additional details regarding this event will follow. 2.)RFP – The government anticipates issuing a Request For Proposal (RFP) the week of January 19, 2009 3.)Period of Performance – The government anticipates a single award consisting of; a.Base period of 12 months b.3 Option periods (each, 12 months in length) However, the government reserves the right to make multiple awards if found to be within the best interest of the Government. 4.)Place of Performance will be FBI Headquarters; Washington, DC Disclaimers. This is NOT a request for technical or cost proposals. All information contained within this RFI is subject to change. Vendors are responsible for monitoring; www.fedbizopps.gov/ for additional updates and issuances. Vendors are responsible for classifying any information as proprietary. The government will not notify industry with the results of the RFI evaluation. All submissions should be e-mailed no later than COB January 8, 2009 to Ms. Linda S. Patterson, Contracting Officer at Linda.Patterson@ic.fbi.gov. Enclosures: Attachment A – Draft Performance Work Statement
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=928ae8683e5d9bb58a8b91950c1e78e6&tab=core&_cview=1)
- Document(s)
- DRAFT PWS
- File Name: DRAFT PWS (IDW PWS RFI-final 15Dec08.doc)
- Link: https://www.fbo.gov//utils/view?id=3ab6e65dcafc54f163c04441405cea5f
- Bytes: 842.00 Kb
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: DRAFT PWS (IDW PWS RFI-final 15Dec08.doc)
- Place of Performance
- Address: FBI HQ -, Washington, District of Columbia, 20535, United States
- Zip Code: 20535
- Zip Code: 20535
- Record
- SN01720988-W 20081220/081218215002-8530d6f142f7541d29f15519a4478d6b (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 |