Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 16, 2004 FBO #0933
SOURCES SOUGHT

70 -- Enterprise Business Modernization (EBM) Project

Notice Date
6/14/2004
 
Notice Type
Sources Sought
 
NAICS
511210 — Software Publishers
 
Contracting Office
Defense Information Systems Agency, Acquisition Directorate, DITCO-Scott, 2300 East Drive Bldg 3600, Scott AFB, IL, 62225-5406
 
ZIP Code
62225-5406
 
Solicitation Number
EBM-RFI-0001
 
Response Due
7/14/2004
 
Archive Date
7/29/2004
 
Point of Contact
Debra Santoro, Supervisory Contract Specialist, Phone 618-229-9710, Fax 618-229-9440, - Janice Haake, Contracting Officer, Phone 618-229-9678, Fax 618-229-9508,
 
E-Mail Address
santorod@scott.disa.mil, haakej@scott.disa.mil
 
Description
This is a request for information (RFI) solicited from the Defense Information Systems Agency?s (DISA), Procurement and Logistics Directorate with its subordinate Defense Information Technology Contracting Organizations (PL/DITCO). PL/DITCO is in the process of modernizing the processes and automated tools used to accomplish the PL/DITCO mission under the project name of Enterprise Business Modernization (EBM). PL/DITCO serves as the procurement arm of DISA and has a world-wide operational presence with offices at DITCO-Scott, Scott Air Force Base, Illinois; DITCO-NCR, Falls Church, Virginia; DITCO-EUR, Sembach Air Base, Germany; DITCO-PAC, Pearl Harbor, Hawaii; DITCO-SWA, Bahrain in Southwest Asia; and DITCO-AK, Elmendorf Air Force Base, Alaska. All DITCO offices except DITCO-NCR are defense working capital funded. NCR is funded by annual appropriations. All DITCO offices acquire and account for information technology (IT) supplies and services required by the warfighter, military departments, DISA, and other DoD and Federal agencies. IT services and equipment procured includes telecommunications services, networks, systems, point-to-point circuits, equipment and facilities, as well as computer technology requirements such as: hardware, software, maintenance, and support services. In Fiscal Year (FY) 2003, the organization processed over 35,000 new contracting actions while administering over 1 million on-going contracting actions and 2.4 million financial transactions. PL/DITCO had revenues exceeding $2.7 billion. In order to accomplish this large volume of transactions, PL/DITCO manages, operates, and in many cases, has developed, a group of complex software applications across a wide range of computing environments including mainframe, client/server and web. The current list of systems applications includes 11 mainframe applications, 47 client server applications and seven web applications. These applications have evolved independently over time and do not adhere to a consistent architecture. This inconsistency adversely impacts the cost of operations and maintenance, the ability for end-users to track requirements through the entire process, and the ability of the technical staff to accommodate changes in requirements. The goal of the EBM project is to create a single integrated solution that is accessible worldwide, shares consistent data and processes, and provides accurate and easily retrievable information for all PL/DITCO contracting functions. The solution will incorporate the mandated Federal/DoD e-Business applications and it will solve the data exchange interoperability gap between these applications. The objective is an application tool suite that uses ?business workflow? and net-centric movement of data between applications in order to eliminate manual data entry thereby increasing data accuracy and integrity of procurement and financial information. Additionally, this solution will replace legacy applications that are no longer required or mandated by DoD for use across the Department or within specific domains associated with OSD?s Business Management Modernization Program. The optimal solution will reduce the number of unique applications by 75% or more, thus reducing reconciliation problems between systems and reducing applications and recurring infrastructure operations and maintenance costs. PL/DITCO plans to operate and maintain the proposed systems solutions by acquiring commercial support as an integrated performance package, utilizing current, internal IT support resources, or a combination of both that focuses on systems readiness, availability, and minimized training, personnel, and infrastructure support requirements. Any candidate solutions shall include a total life cycle management program that capitalizes on available commercial support and an available service delivery environment that will best meet our requirements given a total life cycle management approach from design to decommissioning. THE GOVERNMENT DOES NOT INTEND TO AWARD A CONTRACT ON THE BASIS OF THIS RFI OR TO OTHERWISE PAY FOR INFORMATION RECEIVED IN RESPONSE TO THIS RFI. This RFI is issued for information and planning purposes only and does not constitute a solicitation. All information received in response to this RFI that is marked Proprietary will be handled accordingly. The Government shall not be liable for or suffer any consequential damages for any proprietary information not properly identified. Proprietary information will be safeguarded in accordance with the applicable Government regulations. Responses to the RFI will not be returned. Whatever information is provided in response to this RFI will be used to assess tradeoffs and alternatives available for determining how to proceed in the acquisition process. 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. The following documents are part of this RFI and are available at the following web site https://www.ditco.disa.mil/dcop/Public/ASP/dcop.asp 1) Draft Statement of Objectives (SOO), dated 14 June 2004, 2) Chart, PL/DITCO As-Is EA Functional System View, dated June 2004, 3) Chart, PL/DITCO To-Be EA Functional View, dated June 2004 and 4) Chart, PL/DITCO To-Be EA Required Functions, dated June 2004. It is anticipated that any solicitation resulting from this RFI will be issued as a full and open competition. The North American Industry Classification System (NAICS) code for this acquisition is 511210 , with an associated size standard of $21M. Projected schedule for any solicitation/award resulting from this RFI is as follows: Release of solicitation by 22 Oct 04 with proposals due by 22 Dec 04 and award no later than 31 Mar 05. The following information should be provided in responses to this RFI: Comments/questions on the draft SOO and charts. Answers to the following questions: 1. Given that interfaces to corporate applications are required, how do you propose to demonstrate your proposed solution? 2. Are the RFI attachments sufficient for your company to propose a turnkey system/application capable of performing PL/DITCO?s end-to-end contracting, financial, reporting, and change management requirements? If not, please describe in detail what additional information must be provided and/or what existing information needs to be revised or reformatted. 3. Based on your company?s analysis of PL/DITCO?s end-to-end contracting, financial, reporting and change management requirement, what time frames do you estimate for the following actions: A. Proposal preparation time (i.e., time required from release of Request For Proposal (RFP) to proposal due date? B. Solution development time. (i.e., time required from award of contract to completion of solution development? C. Solution implementation (i.e., time required from completion of solution development to completion of solution implementation? D. Time to prepare a demonstration of the proposed solution. Time to demonstrate the proposed solution. Techniques you use to demonstrate your solution. 4. Based on your company?s analysis of PL/DITCO?s end-to-end contracting, financial, reporting and change management requirement, what logical phases do you recommend this procurement be divided into to minimize the cost, reduce impact on operations and maximize the success of this project, if any (e.g., geographical, capability packages, technical complexity, functional components, etc.) 5. Based on your company?s analysis of PL/DITCO?s end-to-end contracting, financial, reporting and change management requirement, what Rough Order of Magnitude (ROM) charge would you estimate for the purchase of this solution? 6. What ROM charge would you estimate for the annual logistics sustainment required to support this solution (i.e., operations and maintenance charges)? 7. How do you intend to propose a solution with regard to interfacing to/interacting with the proposed DoD financial management solution? 8. The Government intends to award a performance-based contract. Please list incentives or other methods of risk allocation that you would deem appropriate. 9. Given the draft SOO, describe your companies anticipated role in any future contract initiative to meet those objectives in terms of integration, software and systems development, COTS system OEM, etc. 10. Do you anticipate teaming with other companies, and if possible name those companies as you know them today. 11. Provide a synopsis on whether or not you would recommend contracting for an IT support service, in all or part, instead of the Government purchasing and owning systems to support executing our mission in PL/DITCO. In the synopsis discuss the percieved or realized pros or cons to your respective response and the basis for those comments. If in part, then describe which specific parts of our operations to you believe lend themselves to contracting an information technology support service and which lend themselves more towards the Government and why. Response to this RFI are due by 14 July 2004 and shall be sent electronically to ditco@scott.disa.mil and eareqs@scott.disa.mil. The Government may request additional information or discuss information received in responses to this RFI with individual responders. PL/DITCO shall consider meeting individually with interested respondents. Such meetings may be constrained to 1 hour for presentation and discussion at the discretion of the Government. All questions concerning this RFI shall be directed to Debi Santoro, 618-229-9710, Jan Haake, 618-229-9678 or ditco@scott.disa.mil.
 
Place of Performance
Address: PL/DITCO, 2300 East Drive, Scott AFB IL
Zip Code: 62225-5406
Country: U.S.A
 
Record
SN00602702-W 20040616/040614211542 (fbodaily.com)
 
Source
FedBizOpps.gov 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.