Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 17, 2018 FBO #6019
SOURCES SOUGHT

70 -- Computer Aided Dispatch (CAD) System Completion Activities and Training

Notice Date
5/15/2018
 
Notice Type
Sources Sought
 
NAICS
511210 — Software Publishers
 
Contracting Office
Department of the Navy, Naval Air Systems Command, Naval Air Warfare Center Aircraft Division Lakehurst, Contracts Department, Hwy. 547 Attn:B562-3C, Lakehurst, New Jersey, 08733-5083
 
ZIP Code
08733-5083
 
Solicitation Number
N68335-18-RFI-0272
 
Archive Date
6/6/2018
 
Point of Contact
Sarah R. Lowell, Phone: 7323231830
 
E-Mail Address
sarah.lowell@navy.mil
(sarah.lowell@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
REQUEST FOR INFORMATION PURSUANT TO FAR 15.201(e) - THIS IS A REQUEST FOR INFORMATION (RFI) ONLY. This RFI is issued solely for information and planning purposes – it does not constitute a Request for Proposal (RFP) or a promise to issue an RFP in the future. This request for information does not commit the Government to contract for any supply or service whatsoever. Further, the government is not at this time seeking proposals and will not accept unsolicited proposals. Responders are advised that the U.S. Government will not pay for any information or administrative costs incurred in response to this RFI; all costs associated with responding to this RFI will be solely at the interested party’s expense. Interested parties are responsible for adequately marking proprietary or competition sensitive information contained in their response. Proprietary information will be safeguarded in accordance with the applicable Government regulations. Failure to respond to this RFI does not preclude participation in any future associated RFP that may be issued. BACKGROUND/PURPOSE/TECHNICAL REQUIREMENTS The Naval Air Warfare Center Aircraft Division (NAWCAD), Special Communications Mission Solutions (SCMS) Division is soliciting information and comments from industry on its ability to provide installation services to transition an integrated Northrop Grumman COBOL Computer Aided Dispatch (CAD) system application to the Northrop Grumman CommandPoint CAD application system and to provide training for the Northrop Grumman CommandPoint CAD application system. The Enterprise Navy Emergency Response Management System’s (E-NERMS) has been upgraded with the Northrup Grumman CommandPoint CAD system at six (6) Regional Dispatch Centers (RDCs). This requirement will allow for the seventh (7th) and final installation of the upgrades for all NAVFAC RDCs. The CAD system is required to be fully capable of 24/7 continuous operation, without interruption. The installation services required to migrate the legacy CAD system application to the upgraded CAD system application involve CAD system preparation, upgrades and Information Assurance (IA) patching, final CAD and Geo Information System (GIS) data conversion tasks, CAD interface testing tasks, and onsite CAD System Operation Verification Testing (SOVT). The upgraded Northrop Grumman CommandPoint CAD system application will also require training to accurately use and maintain. The required CommandPoint training should include the following courses: data collection, data file maintenance, train the trainer, end-user, Management Information System, and GIS administrator training. The CommandPoint upgrade completion activities include CAD system prep, upgrades and cybersecurity patching, final CAD and GIS data conversion tasks, CAD interface testing tasks, onsite CAD System Operability Verification Testing (SOVT) and go live tasks to complete the upgrade. The required CAD system installation services, updates and training must be for/with the Northrop Grumman CommandPoint CAD system application. RESPONSES Requested Information Section 1 of the response shall provide administrative information, and shall include the following as a minimum: •Organization name, mailing address, overnight delivery address (if different from mailing address), phone number, fax number, and name and e-mail of designated point of contact. •Business type (large business, small business, small disadvantaged business, 8(a)-certified small disadvantaged business, HUB Zone small business, woman-owned small business, very small business, veteran-owned small business, service-disabled veteran-owned small business). Section 2 of the response shall provide technical information, and shall include the following as a minimum: •Interested parties shall respond with existing capabilities or products that meet all or a subset of the aforementioned attributes. Reponses that include information detailing potential tradeoffs or alternative solutions is encouraged. •Respondents should provide a detailed description of the following characteristics of their solution in their submission: 1.Descriptions of training courses, including how training is implemented 2.Descriptions of available completion activities 3.Method of delivery for completion/upgrade activities 4.Cybersecurity certifications 5.Total quantity of units sold to date 6.Date of delivery of the first unit 7.Date of delivery of most recent unit 8.Basic and extended warranty information •If applicable and able, respondents shall include a list of Department of Defense (DoD), Department of Justice (DoJ) or Department of Homeland Security (DoHS) programs of record that currently employ their solution. It would be helpful if a sponsor POC for each program, with email address and phone number could be identified. •The Government is interested in receiving vendors’ price lists for items they believe meet the need in this RFI. Supplying price data does not imply a contractual obligation and must be provided and marked as PRICE DATA. •Respondents should include a list of authorized distributors. ADDITIONAL INFORMATION In response to this RFI, respondents shall submit written responses, not-to-exceed ten (10) pages in length via electronic mail. Product specification, sketches, or listings of authorized distributors will not count toward the page limitation. The Government is interested in identification of long lead items(s), sub-systems(s), or systems(s). The Government does not intend to award a contract on the basis of this request or to otherwise pay for the information solicited. Proprietary information will be safeguarded in accordance with the applicable Government regulations. All information received in response to the RFI that is marked PROPRIETARY will be handled accordingly. The Government will not be liable for or suffer any consequential damages for any proprietary information not properly identified. Responses to this RFI will not be returned. Respondents will not be notified of the result of the review. Failure to respond to this RFI does not preclude participation in any future associated RFP that may be issued. Information provided in no way binds the government to solicit or award a contract. If a solicitation is released, it will be synopsized on the Federal Business Opportunities website: www.fbo.gov. It is the potential vendor’s responsibility to monitor this site for the release of any follow-on information. HOW TO RESPOND Interested parties are requested to respond to this RFI with a PDF Document Format. Responses shall be limited to 10 pages and submitted via e-mail only to sarah.lowell@navy.mil. Proprietary information, if any, should be minimized and must be clearly marked. Responses are due no later than 22 May 2018, 5:00 P.M. EST. Responses to this RFI will not be returned. Respondents will not be notified of the result of the review. If a solicitation is released, it will be synopsized on the Federal Business Opportunities (FedBizOps) website: www.fbo.gov. It is the potential vendor’s responsibility to monitor this site for the release of any follow-on information.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVAIR/N68335/N68335-18-RFI-0272/listing.html)
 
Place of Performance
Address: Lakehurst, New Jersey, 08733, United States
Zip Code: 08733
 
Record
SN04922705-W 20180517/180515230556-628621ee471a8b5e9df275766a18dec2 (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.