Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF OCTOBER 17, 2015 FBO #5076
MODIFICATION

D -- Defense Forensic Material Exchange - Attachment E- Draft - Attachment to Instructions to Offerors Solicitation Fillable vendor system req specs

Notice Date
10/15/2015
 
Notice Type
Modification/Amendment
 
NAICS
541519 — Other Computer Related Services
 
Contracting Office
Department of the Air Force, Direct Reporting Unit - Air Force District of Washington, Acquisition Division, AFDW/PK, 1500 W. Perimeter RD. Suite 5750, Joint Base Andrews, Maryland, 20762, United States
 
ZIP Code
20762
 
Solicitation Number
F1DT885175A001
 
Point of Contact
Moira X. McLaughlin, Phone: 240-612-6191, Ramona Hanson, Phone: 240-612-6192
 
E-Mail Address
Moira.X.McLaughlin.ctr@mail.mil, Ramona.I.hanson2.civ@mail.mil
(Moira.X.McLaughlin.ctr@mail.mil, Ramona.I.hanson2.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
Attachment E- Draft - Attachment to Instructions to Offerors Solicitation Fillable vendor system requirement specifications This Request for Information is amended as follows: 1. The Capability Statements are now due at 4:00 pm on Monday, October 19. 2. Appendix 1 to the Performance Work Statement (PWS) is replaced but called Attachment E to this RFI. "Attachment 1" referral below now refers to the new Attachment E to this RFI. 3. The Responses to Questions submitted should be posted soon. 4. No more Questions will be responded to after 4:00 pm October 15, 2015. Request for Information / Sources Sought Notice (RFI/SSN) for Defense Forensic Materials Exchange (DFME) / Evidence Management Software and Configuration Project Air Force District of Washington Contracting Directorate (AFDW/PK) This is a Request for Information /Sources Sought Notice (RFI/SSN) for market research purposes only, and is not a Request for Proposal (RFP). All draft RFP documents attached to this RFI/SSN may be modified. A solicitation is not being issued at this time and this notice shall be not be construed as a commitment by the Government to issue a solicitation, nor does it restrict the Government to a particular acquisition approach. This RFI/SSN does not commit the Government to contract for any supply or service. Submission of any information in response to this market survey is purely voluntary, and the government assumes no financial responsibility for any costs incurred. The Air Force District of Washington Contracting Activity is issuing this RFI / SSN as a means of conducting market research to identify parties having an interest in and the resources to support the Air Force Office of Special Investigations (AFOSI) requirement for evidence management software and software configuration, commonly called "Property Management Software" within the Defense law enforcement forensic sciences community. These are the salient characteristics of the property management software requirement with all necessary modifications to the baseline code, customer configurations, testing and support for the DFME property management solution including: •1) Licensing for 600 evidence custodians worldwide. •2) All agreed upon modifications to the base code and custom configurations to follow DoD property management business rules; produce DoD report formats; and support the DoD requirements outlined in the requirements documents. •3) The product must meet Information Assurance (IA) requirements for being hosted on DoD networks as outlined in paragraph 1.5.9 in the attached Draft Performance Work Statement (PWS). •4) The product must be delivered with all necessary instructions for the successful installation of the product on DoD networks. The vendor would be responsible for installation of the software on the DoD network, under Government supervision. •5) One week of training for database system administrators (one day on-site at Defense Forensic Science Center and four days through web-enabled video communications). •6) One week of user "train the trainer" training to be held on-site at the Federal Law Enforcement Training Center, Brunswick, GA. •7) Maintenance and support for one year of software, and four (4) optional years. •8) The following are mandatory system requirements and system-level binary (yes-no) elements. •a. They are core elements of the software/system that cannot be modified without a radical change to the system. •b. The software/system must support multi-tenant, cloud-based deployment. •c. It must provide zero-footprint web client access. •d. It must run on Internet Explorer v11 or later. •e. It must have current Certificate of Networthiness or Authority to Operate in a DoD environment or a contingency that it be able to obtain one (at the vendor's expense) within a six (6) month timeframe. •f. It must meet DISA Security Technical Implementation Guidance (STIG) compliance standards and DoDI 8500.2 IA implementation guidelines at the MAC-II/Sensitive level. •g. It must run on SQL Server 2012 or later database and MS Server 2012 R2 (or greater). •h. It must support configuration using a non-proprietary programming language. •i. It must support formatted reporting using a non-proprietary report generation mechanism. •j. It must support RESTful web service integration. Interested parties are requested to submit Capability Statements addressing the particulars of this effort to include supporting documentation supporting claims of organizational and staff capability. The offeror should submit a maximum of six pages for the Capability Statement (including the answers to the Software Questionnaire), and in addition please submit the spreadsheet with the first column completed of what is in their Off-the-Shelf package (Appendix 1: DFME Property Management Software Configuration Requirements spreadsheet). The capability statement shall include: •1) Company name, mailing address, email address, Web site address (if available), and the name, telephone number, and email address of a Point of Contact having the authority and knowledge to clarify responses with Government representatives. •2) Name, title, telephone number, and email addresses of previous customers who can verify the demonstrated capabilities identified in the responses. •3) DUNS Number, CAGE Code, Tax Identification Number, company structure (Corporation, LLC, partnership, joint venture, etc.), and size. Companies must be registered in the System of Award Management (SAM) at www.sam.gov to be considered as potential sources. •4) If significant subcontracting or teaming is anticipated in order to deliver technical capability, organizations should address the administrative and management structure of such arrangements. •5) Please fill out the Appendix 1 to the PWS; this spreadsheet is also part of the Capability Statement. •6) If configuration is required, please estimate how many hours of configuration would be required. The government will evaluate market information to ascertain potential market capacity to: •1) Provide services/products consistent in scope and scale with those described in this notice (and the attached Draft PWS and attachments) and otherwise anticipated; and •2) Secure and apply the full range of corporate financial, human capital, and technical resources required to successfully perform similar requirements. •3) A solicitation may be issued, proposals received and then vendors may be asked to demonstrate their software following the attached script, for a half day presentation in November 2015, in Falls Church, Virginia. •4) The vendor will demonstrate software that has already been configured and create no new configurations, or can demonstrate with similar configurations already executed for other contracts. Based on the responses to this RFI/SSN, this requirement may be set-aside for small businesses, or procured through full and open competition. Telephone inquiries will not be accepted or acknowledged, and no feedback or evaluations will be provided to companies regarding their submissions. Submission Instructions: Interested parties who consider themselves qualified are invited to submit a response to this RFI/SSN by 4:00 PM ET, 19 OCT 2015. Please review these attachments and submit questions regarding this RFI, or comments about this RFI by 15 OCT 2015. All responses under this RFI/ SSN must be emailed to Ms. Moira McLaughlin, Sr. Contracting Specialist at Moira.X.McLaughlin.ctr@mail.mil. A copy must be sent to Ramona L. Hanson, Contracting Officer at Ramona.L.Hanson2.civ@mail.mil. No more questions will be responded to after 4:00 pm ET, October 15, 2015. If you have any questions concerning this opportunity please contact: Ms. Moira McLaughlin at Moira.X.McLaughlin.ctr@mail.mil. A determination by the Government not to compete this proposed contract based upon responses to this notice is solely within the discretion of the Government. Attachments: A - Draft PWS (includes Appendix I - DFME Property Management Software Configuration Requirements spreadsheet, Appendix II - DFME To-Be Workflow), Quality Assurance Surveillance Plan B - Draft DFME Product Demonstration Script C - DFME Software Questionnaire Final
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFDW/11CONS/F1DT885175A001/listing.html)
 
Place of Performance
Address: Please see the attached Request for Information, Performance Work Statement and other attachments for details., United States
 
Record
SN03922366-W 20151017/151015234329-0029b42728615e8df7941fcf9d180bcd (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.