Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 26, 2010 FBO #3044
SOURCES SOUGHT

D -- Project Foreign Material Management System (FORMMS)

Notice Date
3/24/2010
 
Notice Type
Sources Sought
 
NAICS
541519 — Other Computer Related Services
 
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
IT0031
 
Archive Date
4/15/2010
 
Point of Contact
Trudy A Thalmann, Phone: 618-229-9702, Steven W Francoeur, Phone: 618-229-9672
 
E-Mail Address
trudy.thalmann@disa.mil, steven.francoeur@disa.mil
(trudy.thalmann@disa.mil, steven.francoeur@disa.mil)
 
Small Business Set-Aside
N/A
 
Description
Request for Information (RFI) for Project Foreign Material Management System (FORMMS) 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 Project Foreign Material Management System (FORMMS). 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 Defense Information Systems Agency (DISA) 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) Codes 541519 or 517110. 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, Historically Black Colleges and Universities/Minority Institutions, 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 codes 541519 or 517110 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 three years or work that is on-going) 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. Background: The Department of Defense has a Foreign Materiel Program that is unique (acquisition, exploitation, inventory, final disposition), as is the FORMMS software that supports it. The Foreign Materiel Management System (FORMMS) Program has been an ongoing program for over ten years. The current contract has moved the program to a point where it is able to be fielded for four agencies. The FORMMS program is unique, and cannot be duplicated with other software, due to the Defense Department's sensitive mission. The DoD acquires foreign military items for testing and evaluation. These are numerous and various, and often sources and uses are classified. The FORMMS program currently in use tracks these items from the beginning of the requirement through its acquisition, exploitation, to final use or destruction. The inventory locations are spread out over numerous locations, and must be accessible on mobile tracking systems (laptop or portable inventory trackers). The information required is enormous (tens of thousands of line items of a sensitive nature) and complicated. FORMMS is a system that requires constant and immediate attention. In case of personnel vacancies, an immediate, replacement expert is crucial. Due to FORMMS essential nature to the DoD's mission, any down-time can critically delay testing and information gathering that may have an adverse effect on the lives of US soldiers. The FORMMS system is used in shipping items urgently to Iraq and Afghanistan Requested Information: Interested vendors are requested to submit a maximum 6 page statement of their knowledge and capabilities to perform the following objectives for the anticipated FORMMS task order: 1. The contractor must demonstrate experience working on multi-agency programs within the Intelligence Community (IC) for Foreign Materiel specific systems. 2. The contractor must show that they can maintain and enhance classified systems without interruption or introduction of severe defects. Down time cannot exceed four hours. 3. The contractor must show experience with complicated IC, Army, DOD customized inventory tracking systems, such as requirements and acquisition, exploitation, inventory, loans, and final disposition. 4. The contactor must show experience integrating or sharing data between multiple IC, Army, and DOD systems that support customized applications using complex technology. 5. The contactor must show success with Army, DOD, and IC Information Assurance certification and accreditation. 6. The contractor must show that they can fill vacant TS/SCI with eligibility for SSBI positions in a timely manner, while fulfilling the security requirements of DD Form 254, ARMY SCI Addendum and Performance Work Statement (PWS) for clearance. 7. The contractor must demonstrate their ability to utilize and conform to standardized software development lifecycle processes in accordance with DoD best practices. Responses Responses to this RFI are to be submitted by e-mail to trudy.thalmann@disa.mil and RECEIVED by 8:00 A.M., central time, 31 March 2010. 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: Steven W. Francoeur Phone: 618-229-9672 E-Mail: steven.francoeur@disa.mil Contract Specialist: Trudy A. Thalmann Phone: 618-229-9702 E-Mail: trudy.thalmann@disa.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DISA/D4AD/DITCO/IT0031/listing.html)
 
Place of Performance
Address: contractor site and Charlottsville, VA, United States
 
Record
SN02101716-W 20100326/100325011854-27b3d9c793b1a171c6902fc15f3b96f0 (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.