Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 05, 2006 FBO #1532
SOURCES SOUGHT

D -- SMIS-SIS Security Management Information System, System Integration Support

Notice Date
2/3/2006
 
Notice Type
Sources Sought
 
NAICS
541511 — Custom Computer Programming Services
 
Contracting Office
Department of Justice, Federal Bureau of Investigation, Telecommunications Contracts and Audit Unit/PPMS, 14800 Conference Center Drive, Suite 202, Chantilly, VA, 20151
 
ZIP Code
20151
 
Solicitation Number
Reference-Number-RFI-06-SMIS-01
 
Response Due
2/24/2006
 
Archive Date
3/11/2006
 
Description
Corrected Contracting Officer Contact Information: U. S. Department of Justice, FBI, Doreen Williams, Contracting Officer, 935 Pennsylvania Ave, NW, Rm: 8504, Wash., DC 20535, email address: doreen.williams@ic.fbi.gov, 202-324-8844. System Integation Support services for the Design, Development, Integration, Testing, Implementation, Deployment, Training, Operation and Maintenance of the Security Management Information System (SMIS) This is a Request for Information (RFI) and is not a Request for Proposal/Request for Quotation (RFP/RFQ) in accordance with FAR 15.201(c) and (e). This information is being sought for information and planning purposes only and shall not be construed as a solicitation or as an obligation on the part of the FBI. No solicitation exists; therefore, please do not request a copy of a solicitation. If in the future a solicitation is released, there is no guarantee that sources responding to this RFI will be included on the source list. No telephone inquiries will be accepted. Purpose: The purpose of this RFI is to: ?X Gain knowledge of potential qualified sources; ?X Receive comments on the Draft SMIS System Integration Support Statement of Work (SOW); ?X Identify potential sources that have the capability to perform SMIS SIS. The FBI is interested in following industry models and practices in the fulfillment of this effort in alignment with our mission and security policies and procedures. The FBI is interested in the input of industry and in how the FBI might structure the government??s requirement and solicitation to achieve a more effective program. The FBI may consider soliciting services for a base period of two years and and three one-year option periods. RFI Submission Instructions: Introduction: The FBI will not award a contract on the basis of responses nor otherwise pay for the preparation of any information submitted or FBI??s use of such information. Responses, whether supportive or critical, are earnestly solicited regarding every aspect of the work requirements. Responses will be separated from, and have no bearing on subsequent evaluations of proposals submitted in response to any resulting formal RFP. Eligibility in participating in a future acquisition does not depend upon a response to this notice. The Government will not critique a potential offeror??s responses and the RFI should not be used by offerors to market their products/services. Proprietary information is not being solicited. Information considered proprietary, if any, should be identified as such. Responses will be reviewed only by FBI personnel and will be held in a confidential manner. Industry Day: As part of the RFI, the FBI is conducting an industry day on Wednesday February 15, 2006. Industry day will be from 10:00am to 12:00 Noon in room 1236 (Flag Room) at FBI Headquarters, 935 Pennsylvania Avenue, Washington D.C. Any company interested in attending Industry Day needs to submit a list of names (maximum of 2 names per company) via email to the Contracting Officer at the address above by 4:00 pm local time Monday, February 13, 2006. Attendance will be on a first come first serve basis and limited to the first fifty companies. The individuals submitted must be US citizens. For Industry Day, the individuals attending will not be processed through the FBI Escort Desk. Attendees should arrive at the FBI pedestrian entrance on 10th street between 9:30am and 9:45am with two forms of identification. FBI Police officers will validate the attendees and they will be escorted into the Flag Room (room 1236). The FBI will provide an overview of the program, key architecture elements, and our Business Process Re-engineering approach at Industry Day. The FBI presentations will be made available on FedBizOpps on the day immediately following Industry Day. Responses: Responses shall be submitted using the format as follows: Part A. Capabilities and Technical Experience - a capability statement that details the ability to perform work identified in the Draft SMIS System Integration Support SOW, Part B. Business Size Standard- Type and Size of Organization. e.g. Large Business, Small Business, Small Disadvantaged Business, Women-Owned Business, 8(a), Historically Black College or University/Minority Institution (HBCU/MI), educational institution, profit/non-profit hospital, or other nonprofit organization, Part C. Comments on the SMIS SIS SOW ?V The FBI is asking industry to comment on the Draft SMIS SIS SOW. The FBI created the following questions to stimulate industry thinking on the Draft SMIS SIS SOW. The list of questions is not exclusive and the FBI does not expect answers for every question. The intent is to produce a quality SOW for the eventual RFP. Are there any areas where the tasks of the System Integration Contractor (SIC) are ambiguous or unclear? If so, how would you recommend clarifying? Is it clear that delivery of capability (i.e., automated support to the end user) is paramount and that the Government expects the SIC to propose and execute an implementation methodology that emphasizes ??speed to market?? where the ??market?? in this case is the Security Division consumer? Is it clear that the SIC has the flexibility (in fact is expected to) to propose alternative solutions to the fundamental requirement? Is the Government??s Business Process Improvement strategy clear, and does the draft SOW provide sufficient information clearly defining the GFI to be provided in this area? If not, what areas concern you and explain the type and depth of information you require. a. Are the deliverables that the BPE team will be providing to the SIC necessary and sufficient? What should be changed/added/augmented/ removed? b. Is it clear what the interfaces are between the BPE team, and the SIC? c. From the information provided, can one determine how an SIC would utilize the BPE deliverables, and what the value of those deliverables would be to the SIC's effort? d. Is it clear what is required of the SIC with respect to the Organizational Change Management (OCM) activities that necessarily will occur in support of releases of enhanced SMIS capabilities? e. Is it clear how the BPE team deliverables document and support OCM initiatives with Security Division? Is the intent to provide high availability/COOP capability with SMIS sufficiently defined to enable an Offeror to respond? If not, what additional information as a minimum would an Offeror require? Key Personnel: The Government considers qualified, key personnel who will be with the project during its initial 365 days as the primary risk mitigation strategy to ensure timely delivery of the expected base period capability. What number by position description and skill sets would you recommend identifying as key personnel for the SMIS effort? What education level, professional certifications, etc. would you recommend for these positions? What contract type(s) would you recommend the Government use in pursuing the work identified herein? What type of parameters would you consider necessary in a SOW anticipating a performance-based contract? Would you consider any parts of the required effort appropriate for Firm Fixed Price? If so, which? Deliverables. Are the task work products which will form the basis of the actual contract deliverables sufficient? Do you recommend different deliverables (more, less, why?) What would you recommend be changed to provide the Government the necessary information for oversight and assessment? Is the intent of the SMIS Development Network clear? Is sufficient information provided to enable an Offeror to assess the requirements and cost associated with the concept? Would you recommend any alternative strategies or approaches to partnering with the Government? If so, please elaborate. What level of Work Breakdown Structure would be required to unambiguously present your proposed strategy? Part D. Estimate- Provide a list of recommended labor categories and rates for the SMIS SIS services. Responses shall be identified with RFI No. FBI-06-SMIS-01. Responses shall be no more than twenty (20) pages in length and in Microsoft Word file format. Comments on the Draft SMIS SIS SOW should be numbered and provide page # reference, paragraph/table/figure # reference; comment; suggested change; and rationale. Respondents shall not submit marketing materials. Responses shall be emailed to the address above. The FBI makes no implied or in fact contract by issuing this RFI. Acknowledgement of receipt of responses will not be made, nor will respondents be notified of the FBI??s view of the information received. Any marketing materials shall be discarded. Do not send any material that requires a non-disclosure agreement or that may be business sensitive. Responses received that include a non-disclosure agreement or identify information that is business sensitive will not be accepted. Responses to this notice will not be returned. FBI's Life Cycle Management Directive (LCMD): Interested parties who would like to receive an electronic copy of the FBI?s Life Cycle Management Directive (LCMD) shall submit a written request to the Contracting Officer, Doreen Williams via e-mail address: doreen.williams@ic.fbi.gov. PLEASE DO NOT USE THE FEDBIZOPPS SYSTEM GENERATED CONTACT INFORMATION FOR THE CONTRACTING OFFICER. SEE THE CONTACT INFORMATION IN THE DESCRIPTION BLOCK ONLY.
 
Place of Performance
Address: N/A
Zip Code: N/A
Country: N/A
 
Record
SN00979724-W 20060205/060203211848 (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.