Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 25, 2011 FBO #3408
MODIFICATION

D -- JSC Data and Data Software (JDADS)

Notice Date
3/23/2011
 
Notice Type
Modification/Amendment
 
NAICS
541511 — Custom Computer Programming Services
 
Contracting Office
Defense Information Systems Agency, Procurement Directorate, DITCO-NCR, P.O. BOX 549, FORT MEADE, Maryland, 20755-0549, United States
 
ZIP Code
20755-0549
 
Solicitation Number
RFI-DSO-JDADS
 
Archive Date
4/14/2011
 
Point of Contact
Robert Koplos, Phone: 4102932619, Wayne C. Cohee, Phone: 4102932410
 
E-Mail Address
robert.koplos@disa.mil, wayne.cohee@disa.mil
(robert.koplos@disa.mil, wayne.cohee@disa.mil)
 
Small Business Set-Aside
N/A
 
Description
Organizational Overview The Defense Spectrum Organization (DSO), an element of the Defense Information Systems Agency (DISA), has leading experts in the areas of spectrum planning, electromagnetic environmental effects (E3), information systems, modeling and simulation, and operations to provide complete, spectrum-related services directly to the Chairman of the Joint Chiefs of Staff, Combatant Commanders (COCOM's), Secretaries of the Military Departments (MILDEPS), and Director's of Defense Agencies. DSO provides services such as spectrum-planning guidance, system integration, system vulnerability analysis, environmental analysis, test and measurement support, operational support and spectrum management software development. PURPOSE: The purpose of this Request for Information (RFI) is to conduct market research which will be used to plan and implement an acquisition strategy to procure services relating to the following: All aspects of Program Management and software support required by the DSO Data and Data Software (JDADS) program located in Annapolis, Maryland. The focus of this effort is to support the current JDADS Program while adhering to the current acquisition guidelines of DoD Instruction 5000.2. Specific areas of support and assistance include: •Program Management support •Preparing and maintaining required program documentation •Preparing and maintaining weekly configuration control and program status reviews • Developing and maintaining software applications and schedules •Test and Evaluation support • Information Assurance and certification of legacy and newly developed software •Operation, sustainment, and maintenance of legacy spectrum related software applications and databases. This RFI is issued solely for information and planning purposes and does not constitute a Request for Proposal (RFP) 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: Only small businesses are requested to respond to this RFI to assist the DSO JDADS Program in formulating an acquisition strategy that fairly considers small business ability to participate in the acquisition process, either as prime contractors or subcontractors. Sources Sought The DSO JDADS Team 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 541511. In addition to Small Businesses, this RFI 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 RFI is issued to assist the DSO in performing market research to determine whether or not there are qualified and capable Small Businesses to provide the aforementioned service. Responses must demonstrate the company's ability to perform in accordance with the limitations of subcontracting clause (FAR 52.219-14). Interested small businesses meeting the small business standard of NAICS code 541511 are requested to submit a response by 5:00 pm on 30 March 2011. 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 last 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 the work required. Requested Information: Interested vendors are requested to submit a maximum 6 page statement of their knowledge, experience and capabilities to perform the following: a)Program management support to include developing a Task Order Management Plan, review of technical deliverables, Program acquisition documentation, briefing and meeting support, financial management tracking, and overall task management coordination. b)Working knowledge of the following security domains: NIPRNet, SIPRNet, and JWICS. c)Information Assurance, certification, and accreditation of DoD software products. Implementation of STIGs and IAVAs in the following environments: Windows, Oracle 10g/11g, Web Server, and Internet Information Services (IIS), d)Knowledge of DoD and national spectrum management policies and regulations, including DoD spectrum supportability processes and databases. e)Proficiency on the following programming languages and commercial-of the-shelf software: JAVA, JavaScript, C, C-Sharp, Oracle 10g/11g, PL/SQL, MS Access, MS FoxPro, FileMakerPro, Sun/Oracle GlassFish and Apache Tomcat. In particular, expertise in XML, XSD, XSLT and SAP BusinessObjects software is required. f)Experience deploying DoD applications and databases to a Defense Enterprise Computer Center (DECC) environment. g)Working knowledge of DISA collaboration environments: RACE, SoftwareForge, and Forge.mil h)Sustainment support and configuration management of legacy operational spectrum databases, maps, and software applications. i)Data modeling, analysis, and technical architecture support for MCEB Pub 8 Standard Spectrum Resource Format (SSRF). Responses Responses to this RFI are to be submitted by e-mail to robert.koplos@disa.mil and RECEIVED by 5:00 pm Eastern 30 March 2011. Responses must be single spaced, Times New Roman, 12 point font, with one inch margins, and compatible with MS Office 2003 or MS Office 2007. Confidentiality: All information included in this RFI is only for the knowledge of the Defense Spectrum Organization and shall not be disclosed to any other party outside of the U.S. government. 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/DTN/RFI-DSO-JDADS/listing.html)
 
Place of Performance
Address: The primary places of performance are expected to be at DISA locations in the National Capital Region (including Annapolis, Maryland) and at the Contractor's facility or facilities., United States
 
Record
SN02407260-W 20110325/110323234249-d76271e0707ba5ece4575b8293c31696 (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.