SOURCES SOUGHT
D -- Electronic Freedom of Information Act (eFOIA) - Performance Work Statement (PWS) - Market Research Questionnaire - Quality Assurance Surveillance Plan (QASP) - Contract Data Requirements List (CDRLs)
- Notice Date
- 10/12/2017
- Notice Type
- Sources Sought
- NAICS
- #541511
— Custom Computer Programming Services
- Contracting Office
- Department of the Air Force, Air Force Materiel Command, AFLCMC/PK - WPAFB (includes PZ, WL, WW, WI, WN, WK, LP, WF, WK), 2275 D Street, Wright-Patterson AFB, Ohio, 45433-7218, United States
- ZIP Code
- 45433-7218
- Solicitation Number
- FA8770-18-R-0502
- Archive Date
- 11/10/2017
- Point of Contact
- David J. Noffsinger, Phone: 9377130928, Patrick J Fallon, Phone: 9372577610
- E-Mail Address
-
david.noffsinger@us.af.mil, patrick.fallon@us.af.mil
(david.noffsinger@us.af.mil, patrick.fallon@us.af.mil)
- Small Business Set-Aside
- N/A
- Description
- Contract Data Requirements List (CDRLs) Quality Assurance Surveillance Plan (QASP) Market Research Questionnaire Performance Work Statement (PWS) SOURCES SOUGHT SYNOPSIS Electronic Freedom of Information Act (eFOIA) DESCRIPTION This is a Sources Sought Synopsis; there is no solicitation available at this time. THIS IS NOT AN INVITATION FOR BID OR A REQUEST FOR PROPOSAL/QUOTE. Additionally, this request shall not be considered by potential vendors as an obligation on the part of the Government to acquire any products or services. This is a market research survey to determine the availability and adequacy of potential sources. The Government reserves the right to use information provided by respondents for any purpose deemed necessary and legally appropriate. There is no solicitation at this time and requests for a solicitation will not receive a response. Any and all direct or indirect costs or charges incurred by any vendor arising as a result of this notice are the responsibility of the vendor and shall not result in any obligation to the Government. No funds have been authorized, appropriated, or received for this effort. This Sources Sought Synopsis is published for market research purposes only. Headquarters Air Force Materiel Command (HQ AFMC), Air Force Life Cycle Management Center (AFLCMC), Business and Enterprise System (BES), Business System Division (AFLCMC/HIB) at Wright-Patterson AFB is issuing this Sources Sought Synopsis to seek new competition from vendors interested and qualified to provide maintenance/cybersecurity of the eFOIA system including but not limited to system/application administration, database administration, cybersecurity, Help Desk Levels 2 and 3, and technical/engineering support. The eFOIA system requires personnel who have an extensive knowledge of Microsoft Windows Powershell, Javascript, and SQL. eFOIA uses a Commercial off-the-shelf (COTS) product (FOIAXpress and Public Access Link (PAL)). PAL is a front-end public-facing software product. See the attached DRAFT Performance Work Statement (PWS) for more details. The acquisition strategy has not yet been determined. The anticipated contract type will be Firm-Fixed Price (FFP). Market research results will assist the Air Force in determining whether this requirement will be a full and open competition, a small business (or other socioeconomic) set aside, or a sole source acquisition. The North American Industry Classification System (NAICS) code for this acquisition is 541511 Custom Computer Programming Services size standard $27.5 million. The Air Force intends to fulfill this requirement by awarding an 8(a) set-aside. Any small business that is determined to fulfill 8(a) eligibility and has the capability to complete the effort is encouraged to respond to this request for information. All prospective contractors shall be registered in the System for Award Management (SAM) database to be awarded a Department of Defense (DoD) contract. Note that the NAICS code for this requirement, if applicable to the company's capabilities, shall be included in the company's NAICS code listing in SAM (www.sam.gov). A key factor in determining if an acquisition will be a Small Business Set-Aside is that two (2) or more potential small business prime contractors must be capable of performing at least 50% of the effort, as defined in FAR clause 52.219-14, Limitations on Subcontracting. If it is determined that a small business set-aside is appropriate and your company anticipates submitting a proposal as the prime contractor for a small business set-aside, please provide specific details and rationale as to how compliance with FAR clause 52.219-14 would be achieved, including specific details regarding teaming arrangements, etc. If subcontracts are to be used, provide anticipated percentage of effort to be subcontracted and whether small or large businesses will be used. Teaming and/or subcontracting arrangements shall be clearly delineated and previous experience in teaming must be provided. The Government requests that large and small businesses provide a reasonable expectation for small business utilization as a percent of total contract value. Please provide supporting rationale for the recommended percentage. Please note: any future solicitation related to this effort may include evaluation factors for proposals submitted by other than small businesses with respect to Small Business Subcontracting Plans (See FAR 19.702) and/or Past Performance with respect to having reached Small Business subcontracting goals (DFARS 215.305(a)(2)). An IT Level 1 security clearance is required for accessing the eFOIA application and databases within Defense Information Systems Agency (DISA). Appropriate security requirements will be required at contract award. Access to the Secure Internet Protocol Router network (SIPRnet) is required for monitoring and resolving eFOIA related SIPRnet requests. Respondents are advised that the Government is under no obligation to provide feedback to respondents with respect to any information submitted. However, companies may be contacted for further information as required to assess their capabilities. Please provide a point of contact and phone number. REQUESTED INFORMATION / RESPONSE INSTRUCTIONS The format for each capabilities package must address each bullet below with a corresponding response specific only to the information requested for that bullet. Capabilities package must describe the company and its recent and relevant experience supporting system of similar scope including but not limited to the following: Company name, address, Commercial and Government Entity (CAGE) Code, and Data Universal Numbering System (DUNS) number. Point of contact name, title, telephone number, and e-mail address. Small Business Status/Categories as appropriate. Also, each company shall indicate their business size: other than small business, small business, small disadvantaged business, 8(a), woman-owned, economically disadvantaged women-owned, service- disabled veteran-owned, and/or HUBZone in accordance with the stated NAICS code and size standard. The NAICS code assigned to this acquisition is 541511, "Custom Computer Programming Services",with a size standard of $27.5M. Firms responding shall indicate their size in relation to this size standard. Provide a reasonable expectation for small business utilization as a percent of total contract value. Please provide supporting rationale for the recommended percentage. The company's capability/experience to execute the scope of task as mentioned above. The company's capability to support eFOIA software maintenance to include major versions, minor versions, hotfix patches, and maintenance/performance scripts and instructions. The company's capability to Purchase annual license renewals under the Other Direct Cost (ODC) Contract Line Item Numbers (CLINs). The company's capability to provide installation instructions of minor version releases and software patches. Provide configuration services to support the functional system configuration settings. The company's capability to perform Tier 2 and Tier 3 Help Desk support to include problem resolution and trouble ticket tracking. The company's capability to provide Engineering-level system administration of eFOIA software configuration settings, eFOIA software-derived problems, and infrastructure software. The company's capability to support the eFOIA Program Management Office (PMO) where technical and specialized knowledge is required. The company's capability to provide Security Technical Implementation Guide (STIG) support for eFOIA software. The company's capability to support peer reviews, Integrated Product Team (IPT) meetings, working groups, briefings, and documentation. The company's capability to schedule and support user training and administrator training courses for FOIA Managers and Administrators as required. Training is provided by current COTS developer AINS Inc. (AINS). AINS provides course instructor, software, training materials, course evaluation materials, and training support equipment. Training is required prior to new version releases. The company's capability to provide required expertise, support, hands-on assistance (where applicable) in re-hosting the eFOIA system to an environment identified by the government to include the migration of data, the application and the system in its entirety, as required. The company's capability to provide support to infrastructure technical refreshes to the operational environment or components as part of system sustainment, as applicable. The company's capability to provide cybersecurity services for all cybersecurity requirements of the eFOIA system and sustainment of the Authority to Operate (ATO) (to include STIGS, security scans, Risk Management Framework (RMF) and maintenance and compliance of the eFOIA account within the Air Force Enterprise Mission Assurance Support System (eMASS) system. The company's capability to provide a pre-production testing environment at the contractor facility that mirrors the current production environment. See the attached DRAFT Performance Work Statement (PWS) for more details. What data do you require of the Government in order to assemble a proposal for this effort?  Describe any other relevant topics, concerns, and information that will help the Government in forming an acquisition strategy. This may include suggestions on contracting and pricing strategies. The capabilities package shall be brief and concise, yet clearly demonstrate an ability to meet the stated requirements. Recent and relevant experience must be provided for each area. If a company is capable of some, but not all, of the consolidated requirements stated in this Sources Sought Synopsis, please provide a response that explains the requirements for which the company is capable of fulfilling and how it would propose to fill the gaps. Teaming and/or subcontracting arrangements shall be clearly delineated and previous experience in teaming must be provided. Responses are limited to ten (10) pages, single-sided, 8.5" X 11", 12-point font, with 1" margins and shall be in.doc,.pdf, or.docx format. The Title Page/Cover Sheet, and Table of Contents do not count against the ten (10) page limit, but any fold-outs do count against the ten (10) page limit. Information shall demonstrate the experience necessary to successfully support the eFOIA program. Past project references must relate to the experience described in this announcement. Interested firms must submit a capabilities package with sufficient information electronically to Air Force Life Cycle Management Center, AFLCMC/HIBK, Attn. Mr. Patrick Fallon, 4225 Logistics Avenue Area A, Bldg. 266, Room S200, Wright-Patterson AFB, OH 45433. If there are any questions with regard to this Sources Sought Synopsis please contact the following personnel: Primary Point of Contact Secondary Point of Contract Patrick Fallon David Noffsinger Contracting Officer Contract Specialist patrick.fallon@us.af.mil david.noffsinger@us.af.mil Phone: (937) 257-7610 Phone: (937) 713-0928 Contracting Office Address: 4225 Logistics Avenue Area A, Bldg 266, Room S200 Wright-Patterson AFB, OH 45433 Organizational Conflict of Interest (OCI) as defined and discussed in Federal Acquisition Regulation (FAR) Subpart 9.5, Organizational and Consultant Conflicts of Interest, is a concern in all acquisitions across the Department of Defense (DoD). Early involvement with our industry partners is a key element of the OCI process, and it is critical for the Government to be able to identify any potential OCI issues as early as possible for an acquisition. This would allow ample time to address and evaluate any potential OCI issues, if required, prior to any possible contract award with minimal impact to critical acquisition schedules. Interested vendors are requested to evaluate their potential OCI issues with regard to this requirement and identify those issues to the Contracting Officer (CO) in accordance with FAR Subpart 9.5. This will assist the CO in determining if the vendor will need to submit an OCI Mitigation Plan for any solicitation that might result from this notice. An Ombudsman has been appointed to address concerns from offerors or potential offerors during the proposal development phase of this acquisition. The Ombudsman does not diminish the authority of the program director or Contracting Officer, but communicates contractor concerns, issues, disagreements and recommendations to the appropriate Government personnel. The Ombudsman does not participate in the evaluation of proposals or in the source selection process. Interested parties are invited to contact AFLCMC's Ombudsman, Lt Col Peter E. Sandness, AFLCMC/AQ-AZ, at (937) 255-5512, or e-mail Peter.Sandness@us.af.mil. THIS SYNOPSIS DOES NOT CONSTITUTE A REQUEST FOR PROPOSAL (RFP), REQUEST FOR QUOTATION (RFQ), OR AN INVITATION FOR BID (IFB), AND IS NOT TO BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT TO AWARD A CONTRACT AS A RESULT OF THIS NOTICE. Attachment: 1. Performance Work Statement (PWS) 2. Market Research Questionnaire 3. Contract Data Requirments List (CDRLs) 4. Quality Assurance Surveillance Plan (QASP)
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/ASC/FA8770-18-R-0502/listing.html)
- Record
- SN04712091-W 20171014/171012231049-a5b572a74071877a01fb722ff8286a13 (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 |