Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 22, 2017 FBO #5782
MODIFICATION

D -- Request for Information

Notice Date
9/20/2017
 
Notice Type
Modification/Amendment
 
NAICS
541519 — Other Computer Related Services
 
Contracting Office
Defense Information Systems Agency, Procurement Directorate, DITCO-Scott, 2300 East Dr., Building 3600, Scott AFB, Illinois, 62225-5406, United States
 
ZIP Code
62225-5406
 
Solicitation Number
831710743
 
Archive Date
11/8/2017
 
Point of Contact
Grant Greer, Phone: 6182299541
 
E-Mail Address
Grant.m.greer.civ@mail.mil
(Grant.m.greer.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
REQUEST FOR INFORMATION The Defense Information Systems Agency (DISA) is seeking information from industry to assist with the development and planning of a potential new requirement. THIS IS A REQUEST FOR INFORMATION (RFI) NOTICE ONLY. THIS IS NOT A REQUEST FOR PROPOSALS (RFP). NO SOLICITATION IS AVAILABLE AT THIS TIME. •1. Overview/Purpose/ Description of Procurement The Department of Defense Office of Inspector General (DoD OIG) is seeking information from potential sources capable of planning, developing, and delivering user training for the Defense Case Activity Tracking System (D-CATS) application. A version of D-CATS is currently in use with the DoD OIG and the next version is currently being developed as an enterprise-level system for use by Inspectors General (IGs) of the Military Services and other Department of Defense (DoD) components. The enterprise version of D-CATS will be web accessible and provide for the collection, storage, exchange, and tracking of a large volume of case, contacts, complaints and investigation records. It will also allow for seamless coordination among DoD Component IGs. An estimated 3,750 new users located across the globe will require training prior to their adoption of the system. •2. Scope of Effort The contract referenced above is for services to further develop D-CATS and transform it from its current configuration as a stand-alone system for 125 users in a single location into an enterprise system supporting ~3,750 users in numerous locations world-wide. Current users trained themselves on the stand-alone version, and the referenced software development contract does not include training services. The Government requires contracted services for training all users on the enterprise version now under development. •3. Technical Characteristics In support of DoD OIG and approximately 3750 projected new D-CATS users, the requirement is for a training program plan, to design and develop training materials, and to deliver both initial 'pre-launch' and follow-on recurring 'new-user' training in accordance with the approved training program plan. Planning, design, and development will occur in the base contract year, in conjunction with the software development effort now in progress under the task order referenced above. Design and development will be finalized and training delivery will begin by the end of the base contract year, when software development is complete and the D-CATS Program Manager obtains the authority to proceed to production with the enterprise version of D-CATS. New user training must be completed in the first option year (if exercised), prior to DoD Components adopting the system for operational use. The training program and package must be kept up to date following delivery of new user training and system adoption. The PM will require refresher training and additional new user training in the years following the enterprise system's initial release. •4. Requested Information Based upon the PWS and required capabilities, are there foreseeable issues that may drive costs upwards? How can adjustments to the requirements reduce these issues without reducing the training program quality and effectiveness? Does the PWS provide adequate information to form a future proposal? If not what is lacking? Response Guidelines : Interested parties are requested to respond to this RFI with a white paper. Submissions shall not exceed six (6) pages, single spaced, 12-point New Times Roman font with at least one-inch margins on 8 1/2" X 11" page size. The response shall not exceed a 5 MB e-mail limit for all items associated with the RFI response. Responses shall specifically describe the contractor's capability to meet the requirements outlined in this RFI. Oral communications are not permissible. FedBizOpps will be the sole repository for all information related to this RFI. Companies who wish to respond to this RFI shall send responses via email no later than 10/4/2017 at 4:00 PM central standard time to Grant M. Greer at Grant.m.greer.civ@mail.mil. Industry Discussions: DISA representatives may choose to meet with potential offerors and hold one-on-one discussions. Such discussions would only be intended to obtain further clarification of potential capability to meet the requirements, including any development and certification risks. Questions: Questions regarding this announcement shall be submitted in writing by e-mail to Grant.M.Greer.civ@mail.mil. Verbal questions will NOT be accepted. Answers to questions will be posted to FBO. The Government does not guarantee that questions received after 9/14/2017 at 4:00 PM central standard time will be answered. The Government will not reimburse companies for any costs associated with the submissions of their responses Disclaimer : This RFI is not a Request for Proposal (RFP) and is not to be construed as a commitment by the Government to issue a solicitation or ultimately award a contract. Responses will not be considered as proposals nor will any award be made as a result of this synopsis. All information contained in the RFI is preliminary as well as subject to modification and is in no way binding on the Government. FAR clause 52.215-3, "Request for Information or Solicitation for Planning Purposes", is incorporated by reference in this RFI. The Government does not intend to pay for information received in response to this RFI. Responders to this invitation are solely responsible for all expenses associated with responding to this RFI. This RFI will be the basis for collecting information on capabilities available. This RFI is issued solely for information and planning purposes. Proprietary information and trade secrets, if any, must be clearly marked on all materials. All information received in this RFI that is marked "Proprietary" will be handled accordingly. Please be advised that all submissions become Government property and will not be returned nor will receipt be confirmed. In accordance with FAR 15.201(e), responses to this RFI are not offers and cannot be accepted by the Government to form a binding contract.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DISA/D4AD/DITCO/831710743/listing.html)
 
Record
SN04687419-W 20170922/170920232751-88e27b6c9302020a06a89e16d96704e6 (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  © 1994-2020, Loren Data Corp.