Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 12, 2016 FBO #5315
SOURCES SOUGHT

D -- RFI for IT Support Services for FORMMS Software Tool

Notice Date
6/10/2016
 
Notice Type
Sources Sought
 
NAICS
541512 — Computer Systems Design Services
 
Contracting Office
General Services Administration, Federal Acquisition Service (FAS), Federal Acquisition Service, Region 8 (8Q), Denver Federal Center, Building 41, Room 145, Denver, Colorado, 80225, United States
 
ZIP Code
80225
 
Solicitation Number
ID08160045
 
Archive Date
7/9/2016
 
Point of Contact
Adina Torberntsson, Phone: 3032362677
 
E-Mail Address
adina.torberntsson@gsa.gov
(adina.torberntsson@gsa.gov)
 
Small Business Set-Aside
N/A
 
Description
Re: Request for Information for FORMMS Requirement Introduction The General Services Administration (GSA) is considering a new requirement to support the Foreign Materiel Management System (FORMMS), which is a multi-agency system designed to track foreign material from the initial acquisition requirement and opportunity, through receipt and inventory, and then to the final dispersal of the item. The FORMMS system provides a complete inventory process for receipts, loan receipts, shipments, and loan issues as well as an extensive description for all items received into inventory. FORMMS is used by the National Ground Intelligence Center (NGIC) to manage assets at a variety of locations throughout the United States. FORMMS maintains information such as asset nomenclature, warehouse locations, inventory, quantity, status (signed out or in place), shipped, etc. Initially, this effort will concentrate on moving the application to JWICS and supporting customer data ingestion and modification required to support deploying on JWICS. The Government does not intend to award a contract on the basis of this Request for Information (RFI). The purpose of this RFI is to gather data and current market place information from industry, including small business firms. The information obtained from this RFI will be used to assist in developing the most suitable acquisition strategy. Furthermore, interested parties will not be reimbursed for any costs related to providing information in response to this RFI. Responses to this RFI are due no later than June 24 by 12:00 PM Mountain Time. The anticipated NAICs Code for this requirement is 541512 Computer System Design Services with a small business size standard of $27.5 million. This RFI is meant to achieve the following goals: 1.) To survey the market place to determine what type of firms are available to do this work. 2.) Determine how the work will be carried out 3.) To gain feedback from industry and any other relevant stakeholders on proposed methods for the analysis work A. General Description of the Services Requested The Government has identified the following objectives for the anticipated FORMMS requirement: The contractor shall provide project management and coordination of all task order activities. The contractor shall provide qualified systems engineering staff to assist with the initial installation of the developed software. The contractor shall enhance/maintain the web searchable user interface module. The contractor shall develop and provide a detailed system design and architecture specification for the FORMMS project. The contractor shall design and implement enhancements to the FORMMS application in accordance with the functional and detailed requirements as approved by the Government through requirements review and technical control board processes. The contractor shall provide maintenance and enhancement releases of the existing FORMMS tool. The government anticipates the need for at least two enhancement releases of FORMMS and 1 major release. The major release version may contain additional data sources to meet requirement identified to PL/3 operation on JWICS. <ins datetime="2016-06-02T08:01" cite="mailto:Jackson,%20Kathleen%20M%20USA%20NGIC"> The contractor shall prepare all required Information Assurance (IA) Certification and Accreditation (C&A) documentation necessary to satisfy operational requirements. B. Responses from Industry Responses and input from interested parties is requested. In responding to this RFI please provide the following information: 1. A two to three page (2-3) summary of your company’s services and relevant experience including NAICS code that pertains to each perspective task described above. 2. Response to the following questions limiting your total response to up to 10 pages (8.5”x11”, Times New Roman font, size 12). C. Questions for Industry 1.) What is your company name, address, point of contact, telephone number, email address, and size of your organization (ie large business, small business) using the NAICS codes that your company proposes would apply to this requirement? 2.) How many years of experience does your company have with similar projects? 3.) What are the best practices or lessons learned based on your experience that you feel are important and applicable to the solicitation. 4.) The purpose of the RFI is to elicit data and current market place information from companies including small business firms. a.) Can this work or parts of it be performed by a small business? b.) What percentage of work can be completed directly by a small business prime contractor without subcontracting? c.) If subcontracting will be required which services listed in the PWS attached to this RFI need to be subcontracted? d.) Are you a small business? If yes, what socio-economic category does your business identify as? (Hubzone, 8A, Women Owned Small Business, Veteran Owned Small Business, etc.). e.) Describe how you would address quality control in this type of contract, and how you mitigate impact to performance in the various locations? f.) Briefly describe any teaming arrangements that you may have been involved in that may be relevant to the scope of services in this RFI. How were responsibilities distributed amongst them, and how was the team held accountable? D. Response Requested Your response must be provided no later than 12:00 PM Mountain Time on June 24, 2016 Response packages should be sent by email to the following inbox: adina.torberntsson@gsa.gov
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/265521739a2fa703dd6c79bd613113ac)
 
Place of Performance
Address: 2055 Boulders Road, Charlottesville, Virginia, 22911, United States
Zip Code: 22911
 
Record
SN04145525-W 20160612/160610233904-265521739a2fa703dd6c79bd613113ac (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.