Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 22, 2012 FBO #4046
SOURCES SOUGHT

D -- Joint Operation Planning and Execution System Widget Development and Maintenance - Widget Development RFI 621365613

Notice Date
12/20/2012
 
Notice Type
Sources Sought
 
NAICS
541512 — Computer Systems Design 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
621365613
 
Archive Date
1/18/2013
 
Point of Contact
Nichole C. Cabral, Phone: 3012254055, Kane Leedy, Phone: 301-225-4153
 
E-Mail Address
Nichole.C.Cabral.civ@mail.mil, kane.e.leedy.civ@mail.mil
(Nichole.C.Cabral.civ@mail.mil, kane.e.leedy.civ@mail.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Widget Development RFI SOURCES SOUGHT REQUIREMENT: Joint Operation Planning and Execution System (JPES) Widget Development and Maintenance THIS IS A SOURCES SOUGHT NOTICE ONLY. THIS IS NOT A REQUEST FOR PROPOSALS. NO SOLICITATION IS AVAILABLE AT THIS TIME. PURPOSE: The Government is in the process of conducting market research to assist the Defense Information Systems Agency (DISA) in understanding the capabilities available in the market place relevant to information technology, communications, telecommunications and engineering industries to support widget development and maintenance for Joint Planning and Execution Services. BACKGROUND: DISA Joint Planning & Execution Services (JPES) Project Management Office (PMO), in coordination with DISA's Defense Information Technology Contracting Organization (DITCO), is requesting information to identify small business sources capable of widget development, maintenance and sustainment. The JPES PMO is responsible for providing adaptive planning and execution/force projection capabilities that will be accessible in a net-centric, service-oriented architecture environment. The JPES PMO focuses on providing the joint forces commander with the data and information needed to make timely, effective, and informed decisions. The JPES strategy provides new capabilities as well as evolves current, disparate planning capabilities into a fully integrated, interoperable, and collaborative joint solution. The JPES PMO initiated development of widgets in late FY12 with plans to continue limited development of additional widgets through 1QFY13. During this initial widget development effort, several of the widgets will have gone through the Joint Command and Control (C2) Widget Approval and Accreditation Process (WAAP) and will be ready for fielding and operational use, while others may still be in the testing and accreditation phase upon completion of 1QFY13. The initial widget development effort was focused on: (1) understanding and applying widget technology to build and deploy capability in the Joint C2 Common User Interface (JC2 CUI) environment, (2) integrating with the JPES Framework (JFW) to visualize force projection data, and (3) exercising and supporting the JC2 widget approval and accreditation process (WAAP). GENERAL: This Sources Sought notice is issued solely for information and planning purposes and does not constitute a solicitation. In accordance with (IAW) FAR 15.201(e), responses to this Sources Sought notice are not offers and cannot be accepted by the Government for forming a binding contract. This Sources Sought notice is a request for interested parties to describe their technical capabilities, knowledge and expertise with requirements analysis, software and systems engineering support, widget sustainment/enhancements/new development, integration, testing, operational support and technical services necessary to analyze, design, integrate, test, certify and accredit, deploy, and maintain software in accordance with the JC2 Widget Approval and Accreditation Process (WAAP). Not responding to this notice does not preclude participation in a future RFP, if one is issued. Small businesses under the following North American Industry Classification System (NAICS) codes are strongly encouraged to provide timely responses to this notice: 541512 - Computer Systems Design Services - Size Standard $25.5M Businesses may submit further recommendations for NAICS codes. Identification of the above NAICS codes does not bind the Government to issuance of a future solicitation for this requirement under any specific NAICS code. Similarly, any suggested NAICS code recommended by interested vendors does not bind the Government to its use. A response to this Sources Sought notice is desired in order to assist DISA in determining the potential levels of interest and technical capabilities within the small business community to provide required services. This information will be used to assist DISA in establishing the degree to which a small business set-aside is feasible, including the potential for small business/large business team arrangements. This notice encourages 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, Small Business Administration Certified 8(a) Program Participants, Small Business Joint Ventures and Teaming Partners. REQUESTED INFORMATION: Interested vendors shall submit their capabilities to perform each of the areas outlined below. 1. Describe your capabilities, knowledge and expertise in Web application development, Service Oriented Architecture (SOA), and Ozone Widget framework. 2. Describe your understanding and expertise with the Adaptive Planning and Execution (APEX) Processes of The Department of Defense (DoD). Provide your expertise in the context of a need to develop operational products that include planning for the mobilization, deployment, employment, sustainment, redeployment, and demobilization of joint forces, how commanders and staff apply operational art to operational design using JOPP, and how deliberate planning and crisis action planning pursue these goals. Further describe your knowledge and expertise with regard to current policy and directives (as well as practice and procedure) governing APEX, deliberate and crisis action planning, continuous planning and execution associated with ongoing joint operations, and Global Force Management (GFM). 3. Describe your capabilities and expertise in Project Management. Describe positive impacts and results from your application of control and administration required to manage a DoD cost type contract task order so that the goals/objectives are attained within cost and schedule. RESPONSE INSTRUCTIONS: Responses must specifically describe the contractor's capabilities as applicable to the required information outlined in this Sources Sought notice. Interested parties are requested to submit capability statements and state small business status via email no later than 03:00PM EST, 3 January 2012. The Contracting Specialist, Nichole C. Cabral at Nichole.C.Cabral.civ@mail.mil and Kane Leedy, shall be copied on email submissions at Kane.E.Leedy.civ@mail.mil. Responses shall be submitted electronically. Paper copies will not be accepted. Marketing brochures and/or generic company literature will not be considered. The response must include the business type of the vendor (large business, small business, small disadvantaged business, 8(a)-certified small disadvantaged business, HUBZone small business, woman-owned small business, veteran-owned small business, service-disabled veteran-owned small business, etc.) under the requisite NAICS code(s).. Respondents shall also indicate any Government Wide Acquisition Contracts (GWACs), Multiple Award Contracts (MACs), or Blanket Purchase Agreements (BPAs), inclusive of the respective contract numbers, on which you are a prime contract holder that may have the ability to support this requirement. Please include your company's name, point of contact, address, phone number, DUNS number, CAGE Code. Submissions should be in a Microsoft Office compatible format (i.e., Microsoft Work, Power Point, Excel, etc) or Adobe Acrobat, a maximum of 5MB of data, not contain text smaller than 12 fonts (Times New Roman, Cambria, Calibri, or Courier fonts only) with at least one-inch margins on 8 1/2" X 11" paper, and should not exceed more than 10 pages. All data received in response to this Sources Sought notice that are marked or designated as corporate or proprietary information will be fully protected from release outside the 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. The Government shall not be held liable for any damages incurred if proprietary information is not properly identified. Oral communications are not permissible. FedBizOpps will be the sole repository for all information related to this Sources Sought notice. The opportunity for clarification will not change the submission deadline date identified above. In order to protect the procurement integrity of a future procurement, if any, that may arise from this announcement, information regarding the technical point of contact will not be given and no appointments for presentations will be made. Please refer any questions to the Contracting Specialist, Nichole C. Cabral, via email at Nichole.C.Cabral.civ@mail.mil, or (301) 225-4055 or the Kane Leedy, at kane.e.leedy.civ@mail.mil at (301) 225-4153.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DISA/D4AD/DTN/621365613/listing.html)
 
Place of Performance
Address: Defense Information Systems Agency (DISA), 6910 Cooper Ave, Fort Meade, Maryland, 20755, United States
Zip Code: 20755
 
Record
SN02953490-W 20121222/121220235242-e57c5786ee148bd77763939655e7505f (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.