Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 14, 2009 FBO #2665
SOURCES SOUGHT

70 -- GCCS-J Force Planning Software

Notice Date
3/12/2009
 
Notice Type
Sources Sought
 
NAICS
541512 — Computer Systems Design Services
 
Contracting Office
Defense Information Systems Agency, Procurement Directorate, DITCO-NCR, P.O. 4502, Arlington, Virginia, 22204-4502, United States
 
ZIP Code
22204-4502
 
Solicitation Number
260309
 
Archive Date
4/10/2009
 
Point of Contact
Stephanie L. Snyder,, Phone: 703-681-0306
 
E-Mail Address
stephanie.snyder@disa.mil
 
Small Business Set-Aside
N/A
 
Description
The Defense Information Systems Agency (DISA), Global Command and Control System - Joint (GCCS-J) Program Management Office (PMO), in coordination with DISA's Defense Information Technology Contracting Organization (DITCO), is requesting information to determine sources sought with CORE competencies and demonstrated experience in developing and sustaining software that supports the force planning and the force execution arenas for the GCCS-J PMO. Force planning software, known as the Joint Operation Planning and Execution System (JOPES), is part of the Defense Information Systems Agency (DISA), Global Command and Control System - Joint (GCCS-J) Program Management Office (PMO). GCCS-J is the Department of Defense (DOD) Joint Command and Control (C2) system of record (SOR). The Defense Transportation System (DTS) is that portion of the Nation's transportation infrastructure that supports Department of Defense transportation needs for force execution. Over the past 20 years, the Department of Defense (DOD) planning and execution community has sought to accurately assess the planned movement versus actual movement status. JOPES provides planning data in summary form. In contrast, the DTS contains item-level detail for each shipment. To accurately evaluate planned-versus-actual movement status, key data relationships between the JOPES planning data and the DTS execution data must be created and maintained. The Transportation Tracking Number (TTN) premise is that the process of assigning and using unique tracking numbers for unit cargo movements from planning through execution will facilitate execution tracking. The new number, TTN, will add value to the existing values currently generated from planning to execution: the unit identification code (UIC), the unit line number (ULN) and the transportation control number (TCN). It will be compatible with all of the numerous existing and future tracking systems currently used by the planning and execution process. Overall, there are two (2) fundamental aspects of the Transportation Tracking Number (TTN) initiative: (1) the Transportation Tracking Account Number (TTAN); and (2) the completed Transportation Tracking Number (TTN). The basic TTAN account number is generated in the classified domain. The basic TTAN generator software will reside within the JOPES domain, but will be a separate entity that can be moved elsewhere. The full TTN will be completed in the DTS domain. Using the TTAN as a "seed", the DTS will create a full TTN tracking for each shipment being moved. The combined use of the TTAN and the item sequence numbers make up the full TTN. THE GOVERNMENT DOES NOT INTEND TO AWARD A CONTRACT ON THE BASIS OF THIS RFI OR REIMBURSE ANY COSTS ASSOCIATED WITH THE PREPARATION OF RESPONSES TO THIS RFI. This RFI is issued solely for information and planning purposes and does not constitute a solicitation. All information received in response to this RFI marked Proprietary will be handled accordingly. Responses to the RFI will not be returned. Whatever information is provided in response to this RFI will be used to assess tradeoffs and alternatives available for determining how to proceed in the acquisition process for the TTN work. In accordance with FAR 15.201(e), responses to this RFI are not offers and cannot be accepted by the Government to form a binding contract. This RFI is a request for interested parties to describe their technical capabilities and demonstrated experience with software development, sustainment, testing and fielding of software that interfaces with GCCS-J and the Defense Transportation System (DTS). All interested contractors are requested to provide written response to the following questions. All small businesses to include Small Disadvantaged, HUBZone, Women-Owned and Service Disabled are strongly encouraged to provide timely responses to this Request for Information (RFI). A response to this RFI is necessary in order to assist DISA in determining the potential levels of interest, adequate competition, and technical capability within the Small Business Community to provide the required services. In addition, this information will also be used to assist DISA in establishing a basis for developing any subsequent potential subcontract/small business participation plan small business goal percentages. 1. Requirements a. Describe your experience in developing, sustaining, testing and fielding applications in the area of force planning for GCCS-J and force execution for the DTS. Include a list of software applications developed and SLOC or function points for each application. b. Describe your experience of passing data to and from classified environments. Describe the applications developed and describe how they passed the data. c. Describe your experience in developing and integrating software applications in a Solaris 10, Oracle 11G, and J2EE environment. d. GCCS-J and DTS have critical external interfaces with the GCCS Family of Systems (FOS). Describe your experience working with and developing applications that interface with existing force planning and execution systems. e. Describe your experience developing software that exchanges information with other systems and has successfully received a JITC Interoperability certification. f. Force planning and execution tools must comply with the Department of Defense (DOD) Security Technical Implementation Guides (STIGs), the configuration standards for DOD IA and IA-enabled devices/systems. Describe your experience using the DOD Information Assurance Security Checklists, the DISA Field Security Operations (FSO) Security Readiness Review Scripts (SRRs), Retina Security Scans, and the FSO Gold Disk to verify compliance to a baseline level of security and test software for STIG compliance. g. Describe your experience in fielding a C2 system worldwide. Include a list of COCOMs, Services, and agencies where the capability was fielded to include the size of the deployment and the number of users. h. Provide no less than three past performance references that demonstrate force planning and execution software development, sustainment, and fielding expertise. Responses must include Agency, Agency Address, Agency POC, Phone Number, Email Address, Contract Number, Period of Performance, Negotiated price or cost of award, FTEs, and description of product or service delivered. Respondents shall classify their company using one or more (if applicable) of the following NAICS Codes: • 541512 - Computer Systems Design Services - Size - $25M or less • 541712 - Research and Development in the Physical, Engineering, and Life Sciences (except Biotechnology) - 500 or fewer employees
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=47205914423a06550750315e8e7253b9&tab=core&_cview=1)
 
Record
SN01768458-W 20090314/090312220906-47205914423a06550750315e8e7253b9 (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.