SOURCES SOUGHT
D -- IT Services
- Notice Date
- 3/28/2011
- Notice Type
- Sources Sought
- NAICS
- 541511
— Custom Computer Programming Services
- Contracting Office
- TACOM Contracting Center (TACOM-CC), ATTN: AMSTA-AQ-AMB, E Eleven Mile Road, Warren, MI 48397-5000
- ZIP Code
- 48397-5000
- Solicitation Number
- W56HZV11RA513
- Response Due
- 4/6/2011
- Archive Date
- 6/5/2011
- Point of Contact
- Dana E. Harris, 5862823732
- E-Mail Address
-
TACOM Contracting Center (TACOM-CC)
(dana.harris1@us.army.mil)
- Small Business Set-Aside
- N/A
- Description
- The US Army Contracting Command, Warren is seeking potential sources for information technology services located at the Detroit Arsenal in Warren, Michigan and Anniston Army Depot in Anniston Alabama. The NAICS code applicable to this acquisition is 541511. The maximum contract value on this potential requirement is $45 Million over a five year period. An average of 11 task orders, requiring multiple tasks per order, are expected to be issued each year. The contractor must be able to staff and manage an average of 45 individuals capable of achieving and maintaining a secret security clearance and in possession of variety of required Information Technology and Computing Environment certifications as detailed in each task order. Task orders issued will include but are not limited to the following categories of information technology support. The descriptions are abbreviated and do not constitute the full requirement. Data Base Administration (DBA): The Contractor shall provide leading edge DBA solutions and support for three tier application environments (application, database, and storage) System Administration Support (SA): The Contractor shall provide leading edge system administration (SA) solutions and support for TACOM LCMC hardware and software platforms. The functionality of the commercial of the shelf (COTS) applications includes application servers, web servers, reporting tools, backup/recovery, access, communications, performance monitoring and other associated tasks. The Contractor shall provide centralized administration for local and remote systems from the TACOM LCMC Application Infrastructure to the Government Enterprise Hosting Centers for the environment type. Application Support: The Contractor shall provide Application Support resulting in leading edge solutions in support of functional requirements by implementing and maintaining Java 2, Enterprise Edition (J2EE),.NET, SQL platforms and the commercial mainframe environment. Enterprise Architecture (EA) Support: In order to fulfill the missions and goals of TACOM LCMC, Commercial Partners and other Government agencies; the contractor shall actively participate in a knowledge management and collaborative work environment within the TACOM LCMC community. Additionally, the contractor shall assess and recommend leading edge technologies in order to maximize available resources, data sharing and communications across DOD. Systems Integration, Engineering and Emerging Technologies: Engineering and integration support is required for integrating hardware, software and business processes. This support shall include research and analysis of new and emerging technologies for systems, hardware and software configurations and an assessment of their benefits and impact on the current TACOM LCMC infrastructure and Enterprise Architecture. Project Management: The Contractor shall provide project management services by applying industry best business practices in project management in conjunction with the TACOM IT LCM process methodology. The Contractor shall execute required IT application support services within the specified cost, schedule and performance parameters of the individual TACOM LCMC IT projects/programs and applicable task order. DoD Information Assurance Certification and Accreditation: The contractor shall provide knowledge of National, DOD and DA regulatory policies relating to Information Assurance (IA), Communications Security (COMSEC), Public Key infrastructure (PKI), DOD IT C&A process, DoD Information Assurance Certification & Accreditation Process (DIACAP), Tenant Security Plan (TSP), and Information Assurance Vulnerability Management (IAVM) in accordance with DODD 8500.1, DODI 8500.2, DODI 8580.1, the acquisition life cycle requirements of DODD 5000.1 and DODI 5000.2, FISMA security requirements, Appendix III of OMB A-130, industry best business practices and lessons learned. Army Certification Agent (ACA) Support. The contractor shall implement and support the standard TACOM LCMC Business Process throughout TACOM LCMC and their supporting business partners, to perform Information Assurance (IA) security validations of the Automated Information Systems (AIS) in support of DIACAP requirements and in compliance with DOD regulations and Best Business Processes (BBP) as follows: AR 25-1, AR25-2, DODD 8500.1, DODI 8500.2, DODI 8580.1, the acquisition life cycle requirements of DODD 5000.1 and DODI 5000.2, FISMA security requirements and Appendix III of OMB A-130. IT Contingency Planning: The contractor shall review, evaluate the effectiveness, and make recommendations to improve current IT Contingency Plans for TACOM LCMC hardware/software platforms and mission applications utilizing Best Business Practices and complying with current Army Regulations. Business Sustainability Plan (BSP): The contractor shall develop, execute and maintain a local Business Sustainability Plan (BSP) for the TACOM LCMC mission applications that shall meet DoD standards for disaster recovery in accordance with AR 25-1. IT Consulting: The contractor shall provide Senior Information Technology (IT) consulting services to review, analyze, and recommend strategic and tactical options for improved management and performance of the IT enterprise which supports the mission requirements of the TACOM LCMC and Business Partners. Capacity Management: The Contractor shall provide Capacity Management and Capacity Planning services and recommendations for the TACOM LCMC Enterprise Hosting Centers Asset Management : The Contractor shall evaluate asset data and develop an automated application to track and analyze government assets such as; applications/systems, COTS and IT hardware and their associated investment costs, assigned users, maintenance costs, specifications, purchase data, Architecture and usage. This market survey (sources sought) is not a request for competitive proposals. Capabilities-qualifications will be evaluated solely for the purpose of determining whether or not to conduct this procurement on a set aside basis. Responses will be evaluated for their viability. The determination o f the procurement strategy, based upon responses to this market survey, is solely within the discretion of the Government. All sources may submit a response, which will be considered by the Government. This market survey is for information and planning purposes only, does not constitute a solicitation for bids or proposals, and is not to be construed as a commitment by the Government. All responses shall include the vendor's socioeconomic program designation in the subject line of the response: small business, 8a, hubzone, SDVOSB etc. Large businesses need not respond to this market survey. All responses may be directed to Dana Harris or Belinda Reaves at the following email address: DAMI_CIO_ITServices@conus.army.mil The deadline for response to this notice is the close of business on 06 April 2011. There will be no replies to responses received.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/d00e07eb1ffd42a6369891605e89ceb1)
- Place of Performance
- Address: TACOM Contracting Center (TACOM-CC) ATTN: AMSTA-AQ-AMB, E Eleven Mile Road Warren MI
- Zip Code: 48397-5000
- Zip Code: 48397-5000
- Record
- SN02411197-W 20110330/110328234719-d00e07eb1ffd42a6369891605e89ceb1 (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 |