Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 13, 2016 FBO #5377
SOURCES SOUGHT

D -- DTMS Support

Notice Date
8/11/2016
 
Notice Type
Sources Sought
 
NAICS
541511 — Custom Computer Programming 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
621608529
 
Archive Date
9/10/2016
 
Point of Contact
Andriani Buck, Phone: 3012254118
 
E-Mail Address
andriani.buck.civ@mail.mil
(andriani.buck.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
SOURCES SOUGHT ANNOUNCEMENT The Defense Information Systems Agency (DISA) is seeking sources for WMD/RMC/MP5 Workforce Services & Development Directorate. CONTRACTING OFFICE ADDRESS: Defense Information Systems Agency ATTN: Andriani Buck CIV DISA PSD A1H58H Acquisition Building 6910 Cooper Ave. Fort Meade, MD 20755-7088 INTRODUCTION: This is a SOURCES SOUGHT TECHNICAL DESCRIPTION to determine the availability and technical capability for the provision of the requisite services. Small businesses (including the following subsets, Small Disadvantaged Businesses, HUBZone Firms; Certified 8(a), Service-Disabled Veteran-Owned Small Businesses and Woman Owned Small Business) are particularly encouraged to respond so the ability of small businesses to fulfill the Government's requirements can be assessed. The Acquisition Resources Contracting Branch-PL61 is seeking information on behalf of WMD/RMC/MP5 for contract support for data analysis, management and advanced analytics with a special focus on operational metrics and data strategy. Information analyzed will be both unclassified and up to SECRET level. The contractor will develop, implement, store, and maintain procedure documents for both Division usage and for reference. Contractor expertise and knowledge should include Federal regulations, internal frameworks, and relevant DoD instructions. The scope of the required support is broadly defined as follows: (1) identification, (2) collection, (3) analysis, (4) recommendations, (5) documentation, (6) division training, and (7) business requirements. DISCLAIMER: THIS SOURCES SOUGHT IS FOR INFORMATIONAL PURPOSES ONLY. THIS IS NOT A REQUEST FOR PROPOSAL. IT DOES NOT CONSTITUTE A SOLICITATION AND SHALL NOT BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT. RESPONSES IN ANY FORM ARE NOT OFFERS AND THE GOVERNMENT IS UNDER NO OBLIGATION TO AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCEMENT. NO FUNDS ARE AVAILABLE TO PAY FOR PREPARATION OF RESPONSES TO THIS ANNOUNCEMENT. ANY INFORMATION SUBMITTED BY RESPONDENTS TO THIS TECHNICAL DESCRIPTION IS STRICTLY VOLUNTARY. REQUIRED CAPABILITIES: The contractor shall be able to perform the following tasks: •Upgrade DTMS to new software release. Contractor will install new release of DTMS software in parallel to existing system, update importing and custom tailored software, and port the existing database to the new release. •Hosting of DTMS Training Courses. Contractor will upgrade, install, and host new releases of the DTMS training software for managers and employees. •Hourly engineering support. Contractor will provide hourly engineering support for application modification, enhancements, and onsite activities. •Competency Model development. Contractor will provide competency management consulted to support continued development, analysis, and project support for DTMS •DTMS Diagnostic Service General Service. Contractor will work with DISA to maintain remote access to DTMS servers to enable Contractor to provide higher levels of support for purposes of diagnostics, examining configuration, evaluating competency activities, and generating new reports. Contractor will use DISA provided laptops with CAC cards following all appropriate security procedures and required annual training. Monitoring will be extended to Coldfusion activities assuming security issues can be resolved. •Standard Maintenance. Provide email and phone support on a 5x8 basis for problem, bug fixes in commercial product Webmentor Skills, and software updates that occur during supported year. Support is provided for technical problems with the functions of the software. SOURCES SOUGHT: The anticipated North American Industry Classification System Code (NAICS) for this requirement is 541511, with the corresponding size standard of $27.5 million. This Sources Sought Synopsis is requesting responses from all businesses; however, Small Businesses that can provide the service under the NAICS Code are highly encouraged to respond. To assist DISA in making a determination regarding the level of participation by small business in any subsequent procurement that may result from this Sources Sought, you are also encouraged to provide information regarding your plans to use joint venturing (JV) or partnering to meet each of the requirements areas contained herein. This includes responses from qualified and capable Small Businesses, Small Disadvantaged Businesses, Service Disabled-Veteran Owned Small Businesses, Women-owned Small Businesses, HUBZone Small Businesses, and 8(a) companies. You should provide information on how you would envision your company's areas of expertise and those of any proposed JV/partner would be combined to meet the specific requirements contained in this announcement. In order to make a determination for a small business set-aside, two or more qualified and capable small businesses must submit responses that demonstrate their qualifications. Responses must demonstrate the company's ability to perform in accordance with the Limitations on Subcontracting clause (FAR 52.219-14). SUBMISSION DETAILS: Responses should include: 1)Business name and address; 2)Name of company representative and their business title; 3)Type of Small Business; 4)Cage Code; 5)Contract vehicles that would be available to the Government for the procurement of the product and service, to include ENCORE II, General Service Administration (GSA), GSA MOBIS, NIH, NASA SEWP, Federal Supply Schedules (FSS), or any other Government Agency contract vehicle. (This information is for market research only and does not preclude your company from responding to this notice.) Vendors who wish to respond to this should send responses via email NLT August 26, 2016, 4:00 PM Eastern Daylight Time (EDT) to andriani.buck.civ@mail.mil. Interested businesses should submit a brief capabilities statement package demonstrating ability to perform the services listed in this Technical Description. 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. All government and contractor personal reviewing sources sought responses will have signed non-disclosure agreements and understand their responsibility for proper use and protection from unauthorized disclosure of proprietary information as described 41 USC 423. The Government shall not be held liable for any damages incurred if proprietary information is not properly identified.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DISA/D4AD/DTN/621608529/listing.html)
 
Record
SN04220061-W 20160813/160811235310-cae01f7ba71b48314655198cf5b1ff29 (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.