Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 09, 2010 FBO #3149
SOURCES SOUGHT

D -- NGIC Counter IED (C-IED) Engineering and Technical Support - Systems Engineering and Technical Assistance (SETA)

Notice Date
7/7/2010
 
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
MAC0005
 
Point of Contact
Ashley R. Timmermann, Phone: 6182299369
 
E-Mail Address
ashley.timmermann@disa.mil
(ashley.timmermann@disa.mil)
 
Small Business Set-Aside
N/A
 
Description
Request for Information (RFI) for NGIC Counter IED (C-IED) Engineering and Technical Support - Systems Engineering and Technical Assistance (SETA) CONTRACTING OFFICER 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 Counter IED (C-IED) Engineering and Technical Support SETA services for the National Ground Intelligence Center (NGIC). 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 National Ground Intelligence Center and 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) Code 541712 or 541519. 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). 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: NGIC SETA support is required to meet high-priority technical requirements for Counter-IED (C-IED) analytical and data sharing requirements. Engineering and Technical support includes: technical support to include software engineering, database engineering, information assurance, certification and accreditation, and data content management and integration. OBJECTIVES/SCOPE: Interested vendors are requested to submit a maximum 6 page statement of their knowledge and capabilities to perform the following objectives for the anticipated NGIC C-IED SETA technical support task order: •1. Demonstrate recent past experience (within the last three years) in providing similar SETA services within the DOD Intelligence Community. •2. The contractor must demonstrate expertise in providing support to systems with process driven software development lifecycles within highly structured enterprise system architecture. •3. The contactor must demonstrate past ex p erience with Army, DoD, and IC Information Assurance certification and accreditation to include ICD 503 requirements. The contractor must also display working knowledge of DISA Security Technical Implementation Gu i de (STIG) requirements. •4. Demonstrate the ability to manage task order financial statements and burn rate tracking, apply configuration management to deliverables and create informative monthly status reports. •5. The contractor shall demonstrate the ability to manage a multi-contractor team to execute multiple tasks, support a program management office (PMO), and apply industry best management practices to ensure effective mission accomplishment within Government-specified schedule and cost objectives. •6. The contractor must be able to demonstrate the ability to provide systems analysis, engineering, and architecture support to ensure NGIC software applications satisfy system and functional requirements, including interoperability with other DOD/IC systems to include, but not limited, to cloud computing services. •7. Demonstrate ability to manage software baseline of requirements, including thorough documentation of requirements; maintaining the requirements repository, status, allocation to baseline, and verification through test milestones; and managing and running requirements review and approval boards. •8. The contractor shall demonstrate the ability to provide the staffing and resources necessary facilitate the planning and conducting of unclassified and classified technical conferences, seminars, workshops and program reviews. •9. The contractor must show that they can provide SETA support at classification levels up to Top Secret/Sensitive Compartmented Information (TS/SCI). •10. The contractor must show that they can fill vacant positions, within 2 weeks, meeting the security requirements of DD Form 254 and Performance Work Statement (PWS). RESPONSES: All responses are limited to 6 pages (excluding the cover page), using a Microsoft Word format (i.e., 1 inch margins, Times New Roman 12 font). The responses should specifically describe the contractor's ability to meet the requirements outlined within this RFI. Responses to this RFI are to be submitted via email to david.heider@us.army.mil no later than 14 July 2010, 10:00 am, Central Time. Disclaimer: THE GOVERNMENT DOES NOT INTEND TO AWARD A CONTRACT ON THE BASIS OF THIS RFI/SOURCES SOUGHT 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. 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. Responses to the RFI will not be returned nor will the Government confirm receipt of the RFI response. 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. 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. All government and contractor personnel 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 in 41 USC 423. The Government shall not be liable for or suffer any consequential damages for any proprietary information not properly identified. Proprietary information will be safeguarded in accordance with the applicable Government regulations.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DISA/D4AD/DITCO/MAC0005/listing.html)
 
Record
SN02198734-W 20100709/100707235348-ae83918e32c50ba6fdbba10bc831b0ea (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.