Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF OCTOBER 10, 2019 FBO #6528
SOURCES SOUGHT

D -- Provide COTS server and mobile device-based software components for existing MHCE Systems, related mobile device software licensing and software updates to ensure COTS software components are current with mobile wireless device operating systems

Notice Date
10/8/2019
 
Notice Type
Sources Sought
 
NAICS
541519 — Other Computer Related Services
 
Contracting Office
Department of the Army, US Army Medical Research Acquisition Activity, U.S. Army Medical Research Acquisition Activity, Attn: MCMR-AAA, 820 Chandler Street, Frederick, MD 21702-5014, Maryland, 21702-5014, United States
 
ZIP Code
21702-5014
 
Solicitation Number
W81XWH20RCOTS
 
Archive Date
11/14/2019
 
Point of Contact
Ronald Stephen Sanford, Phone: 3016199321
 
E-Mail Address
ronald.s.sanford2.civ@mail.mil
(ronald.s.sanford2.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
Request for Information (RFI) Responses are due no later than 9:00 A.M. Eastern Time on Wednesday 30 October 2019 The United States Army Medical Research Acquisition Activity (USAMRAA) in support of the Telemedicine and Advanced Technology Research Center (TATRC) and Defense Health Agency (DHA), is seeking information in the form of a Capability Statement for this RFI. In an attempt to promote full and open competition and seek competitive quotes, USAMRAA is issuing an RFI to seek vendors under the following North American Industry Classification System (NAICS) Codes: 541511- Providing Custom Computer Programming Services 541512- Computer Systems Design Services 541513- Providing Computer Systems and/or Data Processing Facilities Management Services 541519- Other Computer Related Services 541990- All Other Professional, Scientific, and Technical Services System for Award Management (SAM) registration is mandatory (www.sam.gov). It is anticipated the type of contract will be an Indefinite Delivery/Indefinite Quantity (IDIQ). Task orders are anticipated to be issued off of the base IDIQ contract. This is NOT a Request for Proposal (RFP). This RFI is not to be construed as a formal solicitation or an obligation on the part of the Government to acquire any products or services. The information requested by this RFI, will be used by the Government to facilitate decision making and will not be disclosed outside of the Government. Any information provided to the Government is strictly voluntary and will be provided at no cost to the Government. This RFI is for fact finding and planning purposes only. The information will be used in conducting market research to identify qualified, experienced, and interested potential business sources in support of the Government's requirements in accordance with the critical components listed within this RFI. These critical components are subject to change prior to a formal solicitation release. The Government reserves the right to decide whether or not a small business set-aside is appropriate based on responses to this notice. Contractors are encouraged to inform the Government of any barriers that would prohibit them from competing. Contact with Government personnel, other than those specified in the RFI, by potential offerors or their employees regarding this requirement is not permitted. Responses to this RFI shall include the appropriate contract vehicle information, such as type of contract vehicle, business size and NAICS Code(s). At a minimum, the following information is requested: (1) Capability Statement, (2) Company Cage Code, DUNS, name, address, point of contact, telephone number and e-mail address; (3) Any small business status (8(a), HUB Zone, Service Disabled Veteran Owned Small Business (SDVOSB), women-owned, etc.); (4) Indicate which NAICS code(s) your company usually performs under for Government contracts. Vendors are encouraged to submit the following highly desirable information in response to this RFI: a. The Capability Statement should include general information and technical background describing your firm's experience within the last three to five years specifically with contracts similar in scope, complexity and size to meet the critical components listed in this RFI. b. If the Capability Statement includes a discussion on Federal Government relevant performance based experience, provide the applicable contract and task order number, final contract price, and project location with a brief description of the project. If your firm is capable of providing the requirements described in the critical components below, please provide a Capability Statement via email to ronald.s.sanford2.civ@mail.mil. A vendor responding to this RFI with generic material only, such as brochures or advertisements, is highly discouraged. No questions will be entertained at this time. Each vendor that submits a Capability Statement will be reviewed to determine their potential capability against the following critical components: • Provide commercial off the shelf technologies (COTS) product(s) which offer the following vital functions to an existing, government secure bi-directional mobile system platform: • A mobile application platform (app) capable of supporting all current and future major industry mobile operating systems (e.g. a bring your own device (BYOD) approach) • A secure mobile content management framework with a dynamic publication mechanism through backend system settings (e.g. server based COTS tools) • Mobile application protection (MAP) featuring encryption of data at rest and in transit. • Afford a means to integrate biosensor data based on standardized data formats and or application programming interfaces (APIs) within the secure mobile app (e.g. a bring your own sensor (BYOS) approach) • Maintain mobile app functionality in degraded, interrupted and low bandwidth (DIL) conditions (e.g. asynchronous modes) • Demonstrate history of obtaining the following: a. COTS software products being included in an existing government system's Risk Management Framework (RMF) approval (e.g. Authority to Operation [ATO]) b. COTS software products obtaining a formalized government RMF assessment and approval (formerly certificate of net worthiness [CON]) accreditation with placement on the DHA Extended Approved Products List (EAPL) c. Current National Institute of Standards and Technology (NIST) certifications of all COTS software products and specific details of their Federal Information Processing Standards (FIPS) 140-2 validated cryptography, encryption and protection of sensitive data. d. Current Independent Security Assessments of the COTS Software by recognized, independent third party assessment authorities, including, but not limited to Telus Security Solutions (TSS) and/or Whitehat. e. Meeting HIPAA and privacy act requirements f. Providing fully tested, quality assured and timely COTS software updates based on new mobile operating system version releases and/or cyber security vulnerabilities. • Provide a scaled pricing structure for security software licenses that supports a minimum of 10,000 mobile devices, but can be expanded to an unlimited, enterprise support structure, as requested. Responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. Should your firm desire to submit a Capability Statement, it should demonstrate the Offeror's experience and expertise to provide the services identified in the critical components of this RFI within the time frame required. Parties may begin submitting responses to this RFI immediately. If the information provided contains propriety information, such information must be clearly identified with appropriate disclaimers. The Capability Statement is due no later than 9:00 A.M. Eastern Time on Wednesday 30 October 2019. RFI Responses shall be limited to ten (10) pages, not including cover and administrative pages and submitted via email to ronald.s.sanford2.civ@mail.mil. Responses shall be provided using a 10 point font size or larger. Maximum participation by small business, veteran-owned small business, service-disabled veteran-owned small business, HUBZone small business, small disadvantaged business, and women-owned small business concerns is encouraged. THIS IS NOT A SOLICITATION ANNOUNCEMENT OR AN RFP AND NO CONTRACT WILL BE AWARDED FROM THIS ANNOUNCEMENT.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/USAMRAA/DAMD17/W81XWH20RCOTS/listing.html)
 
Record
SN05470732-W 20191010/191008230603-8a544c8d54211309d850cbce1a600d48 (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.