Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 19, 2015 FBO #4956
SOURCES SOUGHT

D -- Chemical Accountability Management Information Network (CAMIN)

Notice Date
6/17/2015
 
Notice Type
Sources Sought
 
NAICS
518210 — Data Processing, Hosting, and Related Services
 
Contracting Office
ACC-APG - Edgewood, ATTN: AMSSB-ACC-E, 5183 Blackhawk Road, Aberdeen Proving Ground, MD 21010-5424
 
ZIP Code
21010-5424
 
Solicitation Number
W911SR-15-R-CAMIN
 
Response Due
6/26/2015
 
Archive Date
8/16/2015
 
Point of Contact
Gregory J Jamison, 410-436-2515
 
E-Mail Address
ACC-APG - Edgewood
(gregory.j.jamison.civ@mail.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
The Chemical Materials Activity (CMA) is conducting a market survey to identify small businesses with demonstrated capabilities for providing staff support to operate and maintain the Chemical Accountability Management Information Network (CAMIN) website in addition to the maintenance of all required hardware and software. CMA is seeking small businesses with personnel that are experienced with CAMIN management information tools necessary to maintain inventory accountability of toxic chemical munitions and bulk agent (TCM/BA). The CAMIN database was developed for the U.S. Army, and it's Executive Agent for Chemical Treaty Compliance (EA-CTC) and is critical for stockpile accountability. Key Capabilities Desired: The ability to support all aspects of chemical weapons accountability management conducted at CMA, including, but not limited to, the following: a.Provide normal user support and assistance to CMA, Stockpile Management Office (SMO) and the National Inventory Control Point (NICP), along with 24/7 emergency user support both to and in the absence of the SMO. b.Provide troubleshoot and corrective action support for Oracle, Oracle Reports, and UNIX/Solaris, ensuring software is updated and available. c.Provide classroom training, user manuals and training materials to CAMIN users pertinent to their mission areas, storage sites, destruction facilities, and treaty community. d.Operate and maintain full documentation of web site configuration ensuring site is updated and improved to comply with AMC Section 508 Web Accessibility Guidelines. Also ensure that the CAMIN Web Site and future hardware purchases remain public key enabled and can accept and process digital certificates to perform one or more security functions such as user authentication, digital signature or encryption. e.Review and analysis to ensure confidentiality, non-repudiation, authenticity, and integrity of information resources related to the CAMIN website. f.The contractor shall provide support to the DoD Information Certification and Accreditation Process (DIACAP) effort in accordance with DoD Instruction 8510.01. Support shall consist of assistance in the preparation of the System Security Authorization Agreement (SSAA) to include documentation of the system identification, description, architecture, and determination of system security requirements as part of the registration process in the DIACAP definition phase. g.The contractor shall be knowledgeable on response procedures relating to Information Assurance Vulnerability Alerts (IAVAs) from the United States Cyber Command, and the Vulnerability Management System (VMS). The Government intends to award a services contract for technical assistance and support to the Stockpile Management Office. All positions related to the service may be on-site or at contractor site during the period of performance. CMA's Stockpile Management Office has interest in the following: a.The necessary staffing and expertise to participate in meetings, respond to agenda requirements, develop and provide briefings on status and alternative courses of action. b.The necessary knowledge of Army requirements for accountability and CWC data reporting, documentation and formatting requirements. c.The necessary staffing and expertise to serve as System Administrators and Software Engineers that, at a minimum, have Sun training and IASO Level I certifications to work on the CAMIN central server cluster. d.The necessary staffing and expertise on products such as Sun Solaris, Cluster, and Java; which are tools used to manage the Microsystems of a computer programs or specified systems. e.The necessary staffing and expertise in Automated Data Processing (ADP) marketplace in order to make recommendations regarding hardware and software purchases. Examples of skills and experience related to this request include: a.Educational background in System Administration and/or Software Engineering. b.Additional background, education, and/or training in Sun Solaris, Cluster, Java, and ADP. This is a request for information only. NO CONTRACT AWARD WILL BE MADE FROM THIS PUBLICATION. WHITE PAPER PREPARATION AND SUBMISSION: All domestic small businesses are encouraged to respond to this RFI by submitting a white paper. If already involved in a contract with the Department of Defense, include that contract number. Also, the respondent should state if it is a small business and if so if it is considered small disadvantaged (8a). The white paper shall be limited to twenty (20) pages (8.5inches x 11inches) of English text. It shall be single-spaced, 12 font size with 1 inch left, right, top and bottom margins. Any proprietary data that is intended only for evaluation purposes by the Government must be identified and appropriately marked. See Federal Acquisition Regulation (FAR) 3.104-4; 52.215-1(e). The respondent must also identify all technical data contained in the white paper that is to be treated by the Government as subject to restrictive markings. In the absence of such identification, the Government will assume to have unlimited rights to all technical data in the white paper. The white paper shall be submitted in Portable Document Format (pdf) or Microsoft Word format and shall be submitted electronically via email. Submissions are to be sent no later than 3pm on June 26, 2015 to: shantice.m.wright.civ@mail.mil. Submitter must include the company information listed below: Company Name Address Point of Contact Business, Size Standard and NAICS code This notice is not to be interpreted as a commitment by the US Government. It is not an opportunity to acquire funding to support current or future development efforts. Submitters will not be notified of the results of the information submitted. Nor will the Government reimburse for information provided. Point of Contact: Ms. Shantice Wright, Contract Specialist Email: shantice.m.wright.civ@mail.mil Telephone: (410) 436-2803 Contracting Office Address: US Army Contracting Command - Aberdeen Proving Ground Edgewood Contracting Division (ATTN: CCAP-SCE), Bldg. E4215 Austin Road Aberdeen Proving Ground, MD 21010-5401
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/dc2600ae81c1ccca321722d8ef4c87b9)
 
Place of Performance
Address: ACC-APG - Edgewood ATTN: AMSSB-ACC-E, 5183 Blackhawk Road Aberdeen Proving Ground MD
Zip Code: 21010-5424
 
Record
SN03767383-W 20150619/150617235143-dc2600ae81c1ccca321722d8ef4c87b9 (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.