Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 27, 2016 FBO #5178
SOURCES SOUGHT

D -- Office of the Chief of Public Affairs Army Homepage

Notice Date
1/25/2016
 
Notice Type
Sources Sought
 
NAICS
541512 — Computer Systems Design Services
 
Contracting Office
Department of the Army, Army Contracting Command, ACC - NJ (W15QKN), BUILDING 10 PHIPPS RD, PICATINNY ARSENAL, New Jersey, 07806-5000, United States
 
ZIP Code
07806-5000
 
Solicitation Number
W15QKN-16-X-0328
 
Archive Date
2/24/2016
 
Point of Contact
Laura E. Burgos-Magidson, Phone: 973-724-4769
 
E-Mail Address
laura.e.burgos-magidson.civ@mail.mil
(laura.e.burgos-magidson.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
This Market Survey is for information and planning purposes only. It does not constitute a Request for Proposal (RFP) and is not to be construed as a commitment by the U.S. Government. No award will be made as a result of this survey. If a formal solicitation is generated at a later date, a solicitation notice will be published. All information is to be submitted at no cost or obligation to the Government. The Government reserves the right to reject, in whole or in part, any private sector input as a result of this market survey. The Government is not obligated to notify respondents of the results of this survey. The documentation provided will not be returned. The U.S. Army Contracting Command - New Jersey, Picatinny Arsenal, on behalf of the Office of the Chief of Public Affairs (OCPA), Army Public Affairs Program, Washington, DC is conducting this Market Survey to identify potential sources with the capacity and technical capability necessary to provide full time on-site database analysts, software developers, and Web designers with consultative, technical and communications expertise to support OCPA, providing Website and Database Support Services and successfully perform the requirements described herein. 1. System Administration Support The contractor shall upgrade and maintain hardware, software, and operating systems upon approval to include updating the existing OCPA-owned Army website and database, as technology and design requirements demand. The contractor shall provide on-site web services and related system support. Typical website and computer support duties include providing local technical support services to meet OCPA requirements. The contractor shall support the website at the client level, support implementation of new technologies, and resolve operating problems involving configurations at the network and client workstation level. Interface with other contractors will occasionally be needed in support of customers. 2. Application Support. The contractor shall provide development, administration, and management for the U.S. Army public website and associated databases. The contractor shall prepare, develop, and deliver source code in compliance with interoperability standards, regulations, and government guidelines. The contractor shall provide database support and maintain highly secure and available systems by adhering to IA regulations and implementing industry best business practices. The contractor shall develop/program database designs to enable database-driven content on the Internet; build user interface capability to databases; and work with web managers/developers to collect requirements and implement enabling technologies within a strict security environment. 3. Web Based Communication. The contractor shall assist in identification of target audiences; plan and implement effective communication strategies; collect and organize content for critical communication initiatives; and obtain support in the development, coordination, integration, operation, maintenance, and sustainment of the U.S. Army public website. 4. Web Based Communications Evaluation and Assessment. The contractor shall make recommendations to the government program manager and collect, analyze, document, review, and coordinate management communication objectives and technical requirements inherent to running this website and integrating it into other communications platforms. The contractor program manager is encouraged to make recommendations for internal web content design. 5. Web Based/Site Communications Support Services. The contractor shall establish an on-site, highly-skilled team of contractor technical and subject matter experts to support military personnel and government civilians. This integrated high-performance team shall provide the requisite skills, specialized training, expertise, and expert technical background to ensure maximum mission system and operational capability and shall perform general website administration support services tasks in accordance with Army regulations, and policy directives. 6. Communication Support Services. The contractor shall plan and coordinate with Army Public Affairs and other appropriate staff for delivery of Army news and information on the Army homepage. The contractor shall ensure that appropriate government personnel have approved all substantial decisions regarding news, priorities, messages, and other "content" to be published. The contractor shall ensure priorities and messages are consistent with ongoing actions and initiatives in the Army through the acquisition, development, and delivery of online news products. The contractor shall make editorial recommendations about text, photos, and multimedia and general design aspects of web content/delivery. The contractor shall implement the annual news/feature plans for the Army homepage; and ensure statistical research, and anecdotal feedback is considered/used in online news delivery processes. The contractor shall lead development and improvements by providing, producing, and managing electronic newsletter projects. 7. Content Support Services. The contractor shall collect, edit, and post video and print material to content publishing services to the U.S. Army public website. The contractor shall edit videos and print material as needed to ensure extensive professional quality print and video products are published with a high degree of accuracy, currency, and usefulness to the U.S. Army public website's audience. 8. IT Project Management Support The contractor shall provide on-site, in government-provided space, program management support. The contractor shall include: task planning, preparation and execution; resource management; cost, schedule and task performance oversight; risk management; quality assurance; reporting; budget management and reporting; strategic planning; situation assessment and recommendations; and, anticipatory support as required. The contractor shall manage all task areas, effectively, to meet performance objectives at the acceptable quality level stated within each. The contractor shall provide the proper mix of skills and skill levels to perform the task(s) correctly the first time. Tasks are often time constrained, and often require immediate or quick reaction response. The nature of rapid and immediate response also requires a high level of contingency planning and readiness. The primary consideration is always timely and effective operational mission support across the broad range of mission requirements defined by the task areas. Contractor initiative and flexibility to manage the overall program within the resources (time, personnel, funds, equipment) available for all task areas will be the key to success. 9. IT Contingency Planning and Resilience Support. The Contractor shall perform activities, make recommendations, and provide advice used for development of plans, processes and procedures to ensure a resilient infrastructure, which minimizes impacts of events with the potential to disrupt mission-essential functions by identifying and mitigating threats, vulnerabilities, and risks. The contractor shall participate in risk management, contingency, and continuity planning activities and implement them in a comprehensive manner. The contractor shall make Business Impact Analysis (BIA) recommendations to determine the overall system security impact level based upon the security objectives, which include: confidentiality, integrity, and availability. The contractor shall recommend contingency strategies based on impact levels of the security levels. IT components identified by the government, as high impact shall be provided high-availability and redundancy options in the system design, such as load-balancing, data mirroring, and data replication. Lower-impact components are those able to tolerate longer downtimes for recovery or restoration of data and shall be provided less expensive contingency options. All IT Contingency Planning and Resilience activities shall be executed IAW AR 25-1, AR 25-2, AR 500-3, National Institute of Standards and Technology (NIST) Special Publication 800-34 Rev 1, and all other applicable guidance and policy. The contractor shall review, evaluate expected effectiveness, and make recommendations to improve current IT Contingency Plans for hardware/software platforms and mission applications utilizing best business practices and complying with new and current Army regulations. All contractor actions, findings and recommendations shall be reported in the required documentation as directed by the government. 10. Disaster Recovery and Information System Contingency. The contractor shall provide advice and recommendations in the development, distribution, execution, testing, and maintenance of the local Business Continuity Plans (BCPs) to ensure the uninterrupted execution of essential missions and functions accomplished through the U.S. Army website as identified by the government. The BCP will identify and direct development of mission applications that meet DOD standards for disaster recovery in accordance with Army Regulation (AR) 25-1, AR 25-2, and any other applicable regulations, guidance, and policies. The contractor shall provide advice and recommendations for the development of IT Disaster Recovery Plans. The contractor shall provide data and information regarding Disaster Recovery Plans that address backup security; backup and restoration software and procedures; backup media storage; backup schedules; backup audit records; and trusted recovery. The contractor shall report on issues and resolutions regarding backup failures; and shall test disaster restoration abilities. The contractor shall confirm Disaster Recovery Plans result in successful outcomes through troubleshooting; confirm the ability to recover systems, software, databases, and reload software; and confirm system integrity. The contractor shall make recommendations to improve Disaster Recovery Plans and the Planning process. Interested businesses that believe they can meet the above requirements shall provide their capabilities in the format described next - Format of submissions shall not exceed 10 pages (8.5 x 11 inches), not including pictures and brochures; font shall be 12 pitch with one inch borders. Note that all information marked "Proprietary to {company name}" will NOT be disclosed outside of the Department of Defense. The following information should be included in your response: a. Organization's name, address, point of contact, CAGE number and DUNS number. b. Business size as it applies to NAICS code 541512 c. Your business' capabilities, to include - i. Personnel's core experience and education qualifications. ii. Related Communications and Communications Support experience. iii. Facility and personnel security clearances iv. Information on the maximum number of qualified employees available to provide the Services to meet the requirements outlined in this survey. All businesses should submit their responses no later than close of business 9 February 2016 to the U.S. Army Contracting Command - New Jersey, Attn: Laura Magidson (B-10, ACC-NJ-CC) Picatinny Arsenal, NJ 07806- 5000. Responses can also be submitted via email to the following email address: laura.e.burgos-magidson.civ@mail.mil (email size limitation = 8MB). Telephone responses will not be accepted.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/2ddefcaa38226d77b39061cfcc66be3b)
 
Record
SN03999947-W 20160127/160125233946-2ddefcaa38226d77b39061cfcc66be3b (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.