Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 29, 2005 FBO #1280
SOURCES SOUGHT

D -- United States Strategic Command (USSTRATCOM) Intelligence Enterprise Support (UIES) Contract

Notice Date
5/27/2005
 
Notice Type
Sources Sought
 
NAICS
541519 — Other Computer Related Services
 
Contracting Office
Department of the Air Force, Air Combat Command, 55 CONS, 101 Washington Sq Bldg 40, Offutt AFB, NE, 68113-2107
 
ZIP Code
68113-2107
 
Solicitation Number
Reference-Number-F3HSF15147UIES
 
Response Due
6/22/2005
 
Archive Date
7/30/2005
 
Description
United States Strategic Command (USSTRATCOM) Intelligence Enterprise Support (UIES) Sources Sought for Space Intelligence Systems Software Support (SIS3), Intelligence Local Applications Support (ILAS), Oracle Engineering Support (UOES), Information Technology Support and Intelligence Systems Support (ISS) This is a Sources Sought synopsis only. This synopsis is issued for the sole purpose of the 55th Contracting Squadron to conduct Market Research in accordance with FAR Part 10. This effort is to seek qualified sources capable of providing information technology support for the USSTRATCOM Intelligence Enterprise Support (UIES) Contract. The Government intends to award a Cost Plus Award Fee contract with a potential performance period of 6 years. This period will be the base year FY 2006 (1 April 2006 through 30 September 2006) and will include options for the following five fiscal years (FY07 through FY 11). Contract transition period is expected to be 30 ? 60 days starting approximately between 1 February 2006 and 1 March 2006. This is an enterprise contract, combining five separate contracts. If the requirement (as detailed below) can be filled, submit a capabilities package in response to this sources sought. The Government intends to award one contract. THERE IS NO SOLICITATION AVAILABLE AT THIS TIME. REQUESTS FOR A SOLICITATION WILL NOT RECEIVE A RESPONSE. BACKGROUND a. Five separate contracts currently exist that provide the requirement(s). They are as follows: (1) Space Intelligence Systems Software Support (SIS3) (2) Intelligence Local Applications Support (ILAS) (3) USTRATCOM Oracle Engineering Support (UOES) (4) USSTRATCOM Information Technology Support (5) Intelligence Systems Support (ISS) b. See all five attached draft Statement of Works (SOW) that will be combined into one SOW for the UIES Contract. The attached background paper, and evaluation criteria lists all areas that will be evaluated by the Government. The required skill sets listed in the paragraph below pertain to the SIS3, ILAS, and UOES efforts. c. Contractor personnel shall be required to program in high-level, special purpose, retrieval languages to modify and maintain existing software. Collectively, the software engineering staff should have experience in programming and scripting languages required to support Space and locally developed unique applications and databases. A working knowledge of each language is required: C, C++, Ada 83, Client Server Applications Support Services (CSASS), Sybase Open Client and Open Server, Sybase adaptive Enterprise 12, FORTRAN 90, JavaScript, Shell Scripting, Perl with Perl/TK, HTML, XHTML, Cascading Style Sheets (CSS), Structured Query Language (SQL); Structured Query Report Language, Graphical Query Language (GQL)/BI Query, Apache 2.0.44, ArcGIS, iPlanet, RC MOTIF 1.2.5h, Makefile, Web Browser and Portal Technologies, Java2 Enterprise Edition (J2EE) Standards, Java Server Pages (JSP), Enterprise Java Beans (EJB), eXtensible Markup Language (XML), extensible Markup Language Transformations (XSLT), Data Type Definitions (DTD), XML-schemas, Solaris 5.8 or higher, Solaris Xllr5 X Windows, Oracle 9i Developer and Oracle 10g Developer; USSPACECOM-specific ORBINT and MASINT, and standard intelligence applications such as Indications and Warning (I&W), imagery, collections, and targeting. d. Certifications. Contractor must demonstrate ability to meet all certification requirements outlined in each SOW. e. The Contractor shall obtain TOP SECRET/SCI security clearances for all employees required to perform work tasked in the SOW?s before performance start date. This project is classified up to Top Secret/SCI/SI/TK/G/HCS. Individuals may require access to Single Integrated Operational Plan (SIOP), Extremely Sensitive Information. All personnel shall be currently SCI indoctrinated, have a current Single Scope Background Investigation (SSBI) and TS with DISCO, or be SCI eligible. No waivers will be considered. In addition, applicant shall have a Top Secret Clearance based on a favorable SSBI completed within the past 5 years. Contractor must comply with guidelines specified in the DD Form 254, Contract Security Classification Specification. INFORMATION AND INSTRUCTIONS: 1. How to Submit: Respondents capable of performing this effort are requested to submit capability packages electronically. Electronic files should be in MS Office format (Word, Excel or PowerPoint) and should not exceed 1 GB on one e-mail to pass through the Offutt LAN. Offutt AFB has firewalls that prohibit certain attachments. When sending documents, please indicate the type of the document in the message of the e-mail and rename that attachment by changing the extension?s last character to an underscore. Example: capabilities.wpd should be renamed to capabilities.wp_. All packages should be UNCLASSIFIED material only. The electronic sources sought package shall be e-mailed to sharon.boren@offutt.af.mil. Packages should not exceed 50, one-sided, 8.5 x 11 inch pages, with one-inch margins and font no smaller than 10 point. A verification e-mail will be sent upon receipt (as a reply to your e-mail). If you do not receive verification, contact Sharon Boren at (402) 232-6466 for further instructions. All capabilitiy packages must be received no later than 22 June 2005. 2. Capability Package and Evaluation: a. The Government will identify competitive firms by evaluating the capability packages using the attachment titled, ?Evaluation Criteria? (Which contains 287 questions). In all cases, potential offerors should be specific in referring to capabilities in the technical areas addressed in the draft SOW associated with each effort: b. Respondents must include the following information with their statement of capabilities: (1) Contractor must address how they can or plan to meet the special skill set requirements for each SOW. (2) Does your company intend to submit a proposal in response to the upcoming solicitation as a prime contractor? (3) What experience (types and duration) do your employees have that you consider being relative to this effort (Include Resumes of Key Personnel)? (4) Is your company's accounting system approved by DCAA? If not, how would your company financially administer a cost-type contract Are you authorized by DCAA to submit direct bill cost vouchers? (5) Company Information: Your company?s name, address, telephone number, a point of contact with e-mail address, Federal Cage Code, Data Universal Numbering System (DUNS), Central Contractor Registration (CCR) number, business size, security clearance level, and intent to Prime or Sub on this effort must be included in the capability package. Your company must be registered in ORCA. To register, go to http://orca.bpn.gov. The North American Industrial Classification System (NAICS) is 541519; Small business size standard is $21M. (6) Are there any other factors concerning your company's ability to perform the upcoming effort that DoD should consider? (7) Respondents are further requested to indicate their status as a foreign-owned/foreign-controlled firm and any contemplated use of foreign national employees on this effort. (8) Provide information on up to three (3) contracts for similar work within the past five (5) years. Include complete references, contract titles, dollar values, points of contact, title and telephone numbers. The Government will evaluate relevant experience information based on (1) information provided by the Offeror; (2) information obtained from the references provided by the respondent, and/or (3) data independently obtained from other Government and commercial sources. (9) Small Business: Responses to this announcement should indicate whether the respondent is a small business, 8(a) concern, veteran-owned small business, service-disabled veteran-owned small business, HUBZone small business, small disadvantaged business, women-owned small business, or historically black college or university (HBCU) or minority institution (MI) (as defined by the clause at DFARS 252.226-7000). As discussed at FAR 19.502-2(b)(1) and (2), in making R&D small business set-asides, there must be a reasonable expectation that offers will be obtained from at least two responsible small business concerns and also a reasonable expectation of obtaining the best scientific and technological sources consistent with the demands of the proposed acquisition for the best mix of cost, performance, and schedule. The same considerations would apply to any HBCU/MI set-aside. 3. Government Responsibility: This synopsis neither constitutes a Request for Proposal, nor does it restrict the Government to an ultimate acquisition approach. This Sources Sought should not be construed as a commitment by the Government for any purpose. Any information submitted by respondents to this sources sought is strictly voluntary and any offer submitted by such a firm will be evaluated without prejudice. The Government will not pay for any information that is submitted by respondents to this Sources Sought. Offerors should indicate their intent to be a prime contractor. Please direct any questions on this announcement to the 55th Contracting Squadron point of contact Sharon Boren, at (402) 232-6466, e-mail: sharon.boren@offutt.af.mil or the Contracting Officer, Jeffrey Kasza, at (402) 294-8940, e-mail: jeffrey.kasza@offutt.af.mil
 
Place of Performance
Address: 901 SAC BLVD, LeMay Bldg, Offutt AFB NE
Zip Code: 68113-6200
Country: USA
 
Record
SN00817606-W 20050529/050528093151 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.