Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 24, 2011 FBO #3652
SOURCES SOUGHT

D -- Department of Defense (DoD) Transportation Management System Maintenance, Development, and Integration - Continuation of Service

Notice Date
11/22/2011
 
Notice Type
Sources Sought
 
NAICS
541512 — Computer Systems Design Services
 
Contracting Office
USACE ITL, GSL, EL, CHL, Vicksburg, 3909 HALLS FERRY ROAD, VICKSBURG, MS 39180-6199
 
ZIP Code
39180-6199
 
Solicitation Number
W912HZ-12-S-0003
 
Response Due
12/27/2011
 
Archive Date
2/25/2012
 
Point of Contact
Amanda I. Campbell, 601-634-3944
 
E-Mail Address
USACE ITL, GSL, EL, CHL, Vicksburg
(amanda.i.campbell@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
The U.S. Army Corps of Engineers (USACE) is conducting market research to develop an Acquisition Strategy for the continuation of contracted support covering a full spectrum of information technology services which are under the management and technical control of U.S. Army Product Director for Transportation Information Systems (PD TIS) under the auspices of the Program Executive Officer for Enterprise Information Systems (PEO EIS). The support services include software and systems research, engineering, development, and integration services; enterprise systems management; application hosting; and help desk services. This Request for Information (RFI) is not a Request for Proposal and does not reflect a commitment by the Government to issue a solicitation or award contract/contracts supporting DoD Transportation Management System Maintenance, Development, and Integration services supported by USACE and PD TIS. Respondents are solely responsible for all expenses associated with replying to this notice. This RFI is being issued to help the Army better understand current and future market solutions, availability of services, industry best practices, technical characteristics and functionality of information technology (IT) services, tools, and products capable of maintaining, enhancing, and/or extending the Army's existing suite of transportation and distribution solutions. The USACE may chose to host an Industry Day at a later date. If conducted, notification of an Industry Day will be posted as a modification to this notice. Interested parties are responsible for monitoring modifications to this Sources Sought Notice. This market research does not convey an all or none requirement. Respondents are requested to respond to their abilities to support any or all of the services identified. This RFI is intended to improve USACE's understanding of the technologies, best practices, solutions, innovations, and products available in the market for: 1) improving the affordability of maintaining PD TIS' suite of systems; 2) improve the performance and reliability of the PD TIS suite of systems; 3) improving the usability of the PD TIS suite of systems to support optimization of DoD transportation and distribution systems ; 4) improving the interoperability of the PD TIS suite of systems with other DoD systems of record; 5) optimize the ability of the PD TIS suite of systems to adapt to emerging technologies and DoD transportation and distribution processes. General Information describing the program background is attached. Responses to this RFI should address the three main objectives stated below. First, the Army seeks a basic understanding of the companies that provide products and services that support the stated objectives. Second, the Army seeks to understand the experience and capabilities of those firms. Finally, the Army seeks industry's responses to a series of targeted questions addressing many of the challenges associated with this effort. All questions regarding this RFI should be submitted electronically to Amanda Campbell, Amanda.I.Campbell@usace.army.mil and reference W912HZ-12-S-0003. Responses are limited to 20 pages with no less than 1", Times New Roman 12 point font in MS Word or searchable ".pdf" format and shall be submitted to electronically to Amanda Campbell, Amanda.I.Campbell@usace.army.mil and reference W912HZ-12-S-0003. OBJECTIVE 1: Company Profile and Demographic Information The Army is interested in understanding the profile of the companies responding to this RFI. Accordingly, responses to the following questions are requested. 1. Organization Name 2. Industry North American Industry Classification System (NAICS) code and business size for each NAICS code NAICS SIZE 3. Vehicles and contracts your company holds 4. Year established/founded 5. Company Ownership (public, private, venture) 6. Business Classification/ Socio-Economic status (e.g., large, small, 8(a), women owned, hub-zone, SDB, Service-Disabled Veteran Owned) 7. Location of Headquarters 8. Locations where Incorporated OBJECTIVE 2: Experience and Capabilities The Army is interested in learning about the capabilities and experience of the respondents to this RFI. Accordingly, we request each respondent provide the Army an understanding of its capabilities and experience (especially DoD and Army) through a narrative description of each of the scope areas defined below: (reference a contract held within the passt 5 years if applicable) 1. Application Product Design 2. Application Product Development 3. Application Product Integration 4. Security and Information Assurance (IA) Management 5. Middleware (Infrastructure) Management 6. Ongoing Application Product Management 7. Application Product Support 8. Application Product Maintenance 9. Mobile and Wireless Services 10. Enterprise Systems Management 11. DoD and Army transportation and distribution processes 12. Other DoD and Army systems of record 13. Call Center/Help Desk and Customer Support 14. Integrated Project Management 15. Relevant Industry and/or Government Certifications OBJECTIVE 3: Market and Technical Questionnaire 1. Do vendors typically provide all of the services listed in Table 1 of the attachment entitled "General Information" or is specialization in a specific set of services the more frequent model? a. Do customers of Enterprise-level automated transportation and distribution systems typically rely on one or multiple vendors to provide an end-to-end solution? b. What are the potential issues that the Army may face when relying on a single vendor to provide all these Services? c. What are the potential issues that the Army may face if it is required to bring multiple vendors together to provide the services listed in Table 1? d. What are the best practices the Army should adopt if required to rely on multiple vendors. 2. The Army would like to better understand industry best practices with respect to how vendors demonstrate innovation and use of commercial best practices when designing, developing, integrating and supporting the following into existing programs of record: a. mobile applications b. cloud technologies c. service Oriented Architecture (SOA) 3. What are the emerging technology trends in the mobile applications, cloud technology, and SOA spaces that should be considered in developing requirements? 4. What are the anticipated challenges vendors may face when trying to meet DoD and Army security requirements? The USACE intends to put all vendor provided solutions through a stringent Certification and Accreditation (C&A) process. With respect to any future/emerging technologies you feel are relevant to the stated objectives of this RFI, a. What has industry's experience been in executing the documentation responsibility for C&A efforts/packages with actual review and approval residing with the Government? b. What are the potential challenges that vendors may face when working with PEO EIS and the Army to coordinate and execute the C&A process? c. How would you propose that these challenges be overcome? 5. The Army would like to understand how vendors can ensure the success of providing the services listed in Table 1 of the attachment entitled "General Information". In what ways do vendors measure the success of providing each of the services listed in Table 1 of the attachment entitled "General Information"?
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/329/W912HZ-12-S-0003/listing.html)
 
Place of Performance
Address: USACE ITL, GSL, EL, CHL, Vicksburg 3909 HALLS FERRY ROAD, VICKSBURG MS
Zip Code: 39180-6199
 
Record
SN02627441-W 20111124/111122234503-3efaec07b0e3d10540e2e6bc82e29ca8 (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.