SOURCES SOUGHT
D -- Benchmarking
- Notice Date
- 3/11/2011
- Notice Type
- Sources Sought
- NAICS
- 517110
— Wired Telecommunications Carriers
- 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
- PL83110004
- Archive Date
- 4/14/2011
- Point of Contact
- Susanne M Sparrowk, Phone: 618-229-9302
- E-Mail Address
-
susanne.sparrowk@disa.mil
(susanne.sparrowk@disa.mil)
- Small Business Set-Aside
- N/A
- Description
- Request for Information (RFI) for Defense Information Systems Agency (DISA) Network Services for Defense Information System Network (DISN) 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 Defense Information Systems Agency (DISA), Network Services (NS) for Defense Information System Network (DISN), is conducting this Request for Information (RFI) as market research to determine sources with benchmarking capabilities to promote DISN as a more nimble organization with modern technology capabilities and with the ability to deliver high value services at a competitive price. The rapidly changing political and fiscal landscape of the DoD, driven both by the administration change, geo-political changes, and the current global economic climate require the development of target state scenarios that enable NS to meet changing mission requirements quickly and proactively in the future. Thus, NS is looking to hire a contractor to conduct a strategic baseline/benchmark assessment to understand drivers around cost, people, process and technology for the DISN. NS wants to develop a Status Quo Model to validate the current baseline of the DISN and other Network Services Telecommunications capabilities, identify improvements in the DISN and other Network Services Telecommunications Services baseline and provide the foundation for the development of future target state scenarios as well as associated business cases and a roadmap that leads to the chosen optimized target state. The objectives for the project are as follows: •n Define, gather and validate the status quo data •n Define the attributes (modeling factors) for the status quo model such as efficiency, scale factors, processes, and etc. •n Develop the status quo framework •n Analyze and validate the status quo model •n Identify areas of opportunity for improvement 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 a NS DISN benchmarking assessment. 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 program management support to large organizations. All interested contractors (both large and small) are requested to provide written response to the questions below. A response to this RFI is necessary in order to assist DISA in determining the potential levels of interest, adequate competition, market maturity and technical capabilities within the Large and Small Business Community to provide the required capabilities. Sources Sought: This Sources Sought Synopsis is requesting responses to the following criteria from both large and small businesses under the North American Industry Classification System (NAICS) Code 517110. In addition to large and 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. Requested Information: Interested vendors are requested to submit a maximum seven (7) page statement of their program management capabilities with respect to the following: •a) Please describe the extent of your existing benchmarking information technology and telecommunications datasets and how you're benchmarking datasets map to, and will be used for, benchmarking for a world-wide carrier-class network in support of Defense Department benchmarking activities. This effort will describe any additional data collection efforts, to include milestones, the vendor requires to be able to perform at the full performance levels. •b) Please describe the firm's staffing experience to meet this requirement. The vendor must describe each person's experience and other qualifications to perform the designated requirement. •c) Please describe how the vendor will develop a Status Quo Model to validate a current baseline for the DISN and other Network Services Telecommunications capabilities. Describe how the vendor will identify improvements in the DISN and other Network Services Telecommunications Services baseline. Describe the foundation for the development of future target state scenarios as well as associated business cases and a roadmap that leads to the chosen optimized target state. Responses: Responses should include the (1) business name and address; (2) name of company representative and their business title; (3) cost estimate for providing the capabilities described above (including a breakout between initial procurement costs and follow-on maintenance costs (and any estimated learning curve projections)); and (4) contract vehicles available that would be available to the Government for the procurement of the product and service, to include General Service Administration (GSA), NASA SEWP, Federal Supply Schedules (FSS), or any other Government Agency contract vehicle. The responses should be in a white paper format, no longer than seven (7) pages in length. Address the capability questions posed above, and add one (1) appendix that consists of at least two past performances listing prior installations and deployed solutions to include Government points of contact describing the vendor's capabilities. Firms who wish to respond to this should send responses via email NLT 30 March 2011 at 5:00 PM Eastern Daylight Time (EDT). The response should not exceed a 5 MB e-mail limit for all items associated with the RFI response. Interested vendors should forward their capabilities and other information to be considered to PEO_IANACQUISITION@disa.mil. 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.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DISA/D4AD/DITCO/PL83110004/listing.html)
- Record
- SN02398883-W 20110313/110311234317-7986496b6ea1309336065116cf7aa126 (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 |