Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 29, 2009 FBO #2680
SOURCES SOUGHT

D -- Air Force Global Cyberspace Integration Center Joint Interactions (AF GCIC/JI) Support

Notice Date
3/27/2009
 
Notice Type
Sources Sought
 
NAICS
541712 — Research and Development in the Physical, Engineering, and Life Sciences (except Biotechnology)
 
Contracting Office
Defense Information Systems Agency, Procurement Directorate, DITCO-Scott, 2300 East Dr., Building 3600, Scott AFB, Illinois, 62225-5406, United States
 
ZIP Code
62225-5406
 
Solicitation Number
e200204
 
Archive Date
4/18/2009
 
Point of Contact
Matthew R. Cassady, Phone: 6182299713
 
E-Mail Address
matthew.cassady@disa.mil
 
Small Business Set-Aside
N/A
 
Description
Request for Information (RFI) for Air Force Global Cyberspace Integration Center Joint Interactions (AF GCIC/JI) Support Contracting Office Address: Defense Information Systems Agency, DITCO-Scott PL8313, P.O. 2300 East Drive, Bldg 3600, Scott AFB, IL, 62225-5406 Description: PURPOSE: The purpose of this Request for Information (RFI) is to conduct market research which will be used to formulate an acquisition strategy to procure Air Force Global Cyberspace Integration Center Joint Interactions (AF GCIC/JI) Support. This RFI is issued solely for information and planning purposes and does not constitute a Request for Proposal or a promise to issue a Request for Proposal in the future. This RFI does not commit the Government to contract for any supply or service. Respondents are advised that the U.S. Government will not pay for any information or administrative costs incurred in responding to this RFI. TARGET AUDIENCE: In particular, only small businesses are requested to respond to this RFI to assist the DISA Computing Services Directorate in formulating an acquisition strategy that fairly considers small business ability to participate in the acquisition, either as prime contractors or as subcontractors. Sources Sought This Sources Sought Synopsis is requesting responses to the following criteria ONLY from small businesses that can provide the required services under the North American Industry Classification System (NAICS) Code 541712. In addition to Small Businesses, this Synopsis is encouraging responses from qualified and capable Service Disabled-Veteran Owned Small Businesses, Veteran-Owned Small Businesses, Women-owned Small Businesses, HUBZone Small Businesses, Small Disadvantaged Small Businesses, Small Business Joint Ventures, Consortiums and Teaming Partners. This Sources Sought Synopsis is issued to assist the agency in performing market research to determine whether or not there are qualified and capable Small Businesses to provide the aforementioned service. Two or more qualified and capable small businesses must submit responses that demonstrate their qualifications to make a determination for a small business set-aside. Responses must demonstrate the company's ability to perform in accordance with the Limitations on Subcontracting clause (FAR 52.219-14). Interested small businesses meeting the small business standard of NAICS code 541712 are requested to submit a response to the Contracting Officer within 7 calendar days of issuance of this RFI. Late responses will not be considered. Responses should provide the business's DUNS number and CAGE code and include a statement of self certification under the NAICS code. Additionally, responses should include recent (within the past five years) and relevant experience (work similar in type and scope) to include contract numbers, project titles, dollar amounts, and points of contact with telephone numbers where the responder performed the relevant work. Marketing brochures and/or generic company literature will not be considered. Not addressing all the requested information may result in the Government determining the responder is not capable of performing the scope of work required. Requested Information: Interested vendors are requested to submit a maximum 6 page statement of their knowledge and capabilities to perform the following: a. Support DoD, Joint, Air Force (AF), and Global Cyberspace Integration Center (GCIC) capability-based planning activities including Command and Control Capability Analysis Teams (CAT), AF Risk Assessment Teams (RATs), and the AF Capability Review and Risk Assessment (CRRA) Process. b. Support development of Joint and AF CONOPS and Operations Concepts. Maintain awareness of key DoD, Joint, and AF Operational Concepts related to C2 and Cyberspace. Monitor existing/evolving C2 and Cyberspace plans for potential impacts. Assist AF GCIC with on-going roadmap/flight plan development and spiral development efforts so they remain synchronized with the evolving strategic direction. c. Support all phases of the DoD/AF Planning, Programming, Budgeting, and Execution (PPBE) System, to include: Program Objective Memorandum (POM) and Adjusted POM (APOM) development; Program Decision Memoranda, Budget Estimate Submission (BES), Program Budget Decision (PBD) reviews; Financial Plans (FINPLAN) formulation; and in-year execution via the Spend Plan (SPENDPLAN). Support the government in all phases of DoD Capability Portfolio Management (CPM) for the C2 and Net-centric portfolios d. Monitor/Coordinate C2, AFFOR, and Cyberspace acquisition activities. Knowledge of DoD/AF Acquisition System (minimum Level 2 Acquisition trained personnel). e. Support AF and GCIC innovation and experimentation process activities as subject matter expert. Assist the government in developing processes and establishing evaluation criteria for prioritizing C2 and Cyberspace initiatives submitted for further development f. Assist in developing/reviewing documentation within the DoD, Joint, and AF requirements process to include Joint Capabilities Integration and Development System (JCIDS). g. Assist in developing/refining C2, AFFOR, and Cyberspace visions/goals, strategies, concepts, operational capabilities, plans, and roadmaps. h. Support AF GCIC development and management of C2, AFFOR, and Cyberspace architecture products in support of planning, programming, budgeting and execution processes. i. Provide personnel with TS/SCI clearance at task order start date. Responses Responses to this RFI are to be submitted by e-mail to Matthew.Cassady@disa.mil and RECEIVED by COB 03 APR 2009. Responses must be single-spaced, Times New Roman, 12 point font, with one inch margins, and compatible with MS Office Word 2003. Proprietary information and trade secrets, if any, must be clearly marked on all materials. All information received that is marked Proprietary will be handled accordingly. Please be advised that all submissions become Government property and will not be returned. All government and contractor personal reviewing RFI responses will have signed non-disclosure agreements and understand their responsibility for proper use and protection from unauthorized disclosure of proprietary information as described 41 USC 423. The Government shall not be held liable for any damages incurred if proprietary information is not properly identified. Points of Contact Contracting Officer: Art Kruse Phone: (618) 229-9773 E-Mail: Arthur.Kruse@disa.mil Contract Specialist: Matthew Cassady Phone: 618-229-9713 E-Mail: Matthew.Cassady@disa.mil
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=0b07024f2e23f2640b54e4faaead68aa&tab=core&_cview=1)
 
Record
SN01780049-W 20090329/090327220449-0b07024f2e23f2640b54e4faaead68aa (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.