Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 28, 2011 FBO #3533
SOURCES SOUGHT

D -- NAVSEA04 IT Operations Support

Notice Date
7/26/2011
 
Notice Type
Sources Sought
 
NAICS
541512 — Computer Systems Design 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
MAC0040
 
Archive Date
8/16/2011
 
Point of Contact
James J Franey, Phone: 618-229-9346
 
E-Mail Address
james.franey@disa.mil
(james.franey@disa.mil)
 
Small Business Set-Aside
N/A
 
Description
Request for Information (RFI) for NAVSEA04 IT Operations Support Contracting Office Address: Defense Information Systems Agency, DITCO-Scott PL8313, P.O. 2300 East Drive, Bldg 3600, Scott AFB, IL, 62225-5406 Description: PURPOSE : NAVSEA PMO-IT is conducting this Request for Information (RFI), for enterprise IT policy and planning, business process reengineering, requirements analysis, product integration, test and evaluation, security, operational support, software and data center operations support. The area of focus will include program and/or project management support, development of software items, and life cycle support of existing or proposed software tools and management information systems. 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 NAVSEA04's IT operations support. 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 all interested parties including small businesses to describe their technical capabilities and demonstrated experience with support for the NAVSEA04 PMO-IT's contract needs. Interested parties should describe their technical capabilities and demo nstrated experience with life cycle planning, documentation, program management, program control, application development, testing, training and deployment. All interested contractors are requested to provide written response to the requested information below. A response to this RFI is necessary in order to assist DISA in determining the potential levels of interest, adequate competition, and technical capability within the Small Business Community to provide the required services. In addition, this information will also be used to assist DISA in establishing a basis for developing any subsequent potential subcontract/small business participation plan and/or small business goal percentages. The acquisition has 8 tasks as listed below: Task 1 - Enterprise IT Policy and Planning Task 2 - Business Process Reengineering Task 3 - Requirements Analysis Task 4 - Product Integration Task 5 - Test and Evaluation Task 6 - Security Task 7 - Operational Support Task 8 - Software To accomplish the tasks outlined, the contractor chosen for this effort shall be required to cooperate and work with the contractor supporting the NAVSEA PMO-IT effort. This work must be conducted on government facilities in both CONUS and OCONCUS locations, and meet sort term surge requirements (30-60 day) CONUS and OCONUS. Sources Sought: This Sources Sought Synopsis is requesting responses to the following criteria from interested parties that can provide the required services under the North American Industry Classification System (NAICS) Code 541712 and 541512. This Synopsis is encouraging responses from any qualified and capable source, including Small Businesses, 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 two or more qualified and capable Small Businesses to provide the aforementioned service. In order to make a determination for a small business set-aside, two or more qualified and capable small businesses must submit responses that demonstrate their qualifications. 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 code 541712 and 541512 are requested to submit a response to the POCs provided at the end of this release within response date specified below. 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. Please note that personnel with current DoD Secret clearances (minimum) will be required at contract award. Requested Information: Interested vendors are requested to submit a maximum 15 page statement of their knowledge and capabilities to perform the following: •a) Describe your experience with enterprise IT policy and planning, information assurance, business process reengineering, requirements analysis, product integration, test and evaluation, security, operational support, and software and data center operations support. The experience should include, but not be limited to: experienced technical staffing which possesses, at a minimum, a current NAC LAC investigation; and maintaining a contract workforce of at least 75-100 FTEs. •b) Describe experience and working knowledge of Navy Ship Maintenance Systems. •c) Describe your experience in supporting or implementing system Certification and Accreditation (C&A) efforts through the DoD Information Assurance Certification and Accreditation Process (DIACAP) by providing examples of successfully fielded system deployments. •d) Describe your experience in supporting or implementing public key infrastructure architecture systems or efforts within the DoD by providing examples of successfully implementations. •e) Describe your experience in supporting or implementing enterprise architecture systems or efforts within the DoD by providing examples of successfully implementations. •f) Describe your experience and ability to work with the following software tools that support the Ship Maintenance Community. These include but are not limited to the following systems: •· Web AIM •· AIMXp •· Web MRQT •· PSS •· MAT •· Ship's Force Integration System (SFIS) •· Technical Information Management (TIM) •· Shipyard Metrics (SYMET) •· Maintenance Requirements System (MRS) •· Technical Support Management (TSM) •· Validation, Screening and Brokering (VSB.MFOM) •· COST •· Supervisors Desk (SUPDESK) •· ATMS •· FEM •· Ships' 3-M •· DCMD •· ICMP e) Describe your experience and ability to work closely with other vendors to coordinate system testing including regressions testing. Also describe experience and ability to work closely with other contractors to develop and execute a single schedule to cover the installation of any code created or modified. Responses: Interested vendors should forward their capabilities and other information to be considered to michael.sydla@navy.mil. Responses to this RFI are to be submitted by and RECEIVED by 2:00 PM EST, 01 August, 2011. Responses must be single-spaced, Times New Roman, 12 point font, with one inch margins, and compatible with MS Office Word 2007. 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: James Franey Phone: 618-229-9346 E-Mail: james.franey@disa.mil Project Manager: Michael Sydla E-Mail: michael.sydla@navy.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DISA/D4AD/DITCO/MAC0040/listing.html)
 
Record
SN02510114-W 20110728/110726234625-b397e376881bfd516cd8c5b8d0dd154f (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.