Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 05, 2006 FBO #1682
SOLICITATION NOTICE

D -- DODIIS Content Management Data Layer (Physical)

Notice Date
7/3/2006
 
Notice Type
Solicitation Notice
 
NAICS
541511 — Custom Computer Programming Services
 
Contracting Office
Other Defense Agencies, Defense Intelligence Agency, Virginia Contracting Activity (ZD50), 200 MacDill Boulevard Post Office Box 46563, Washington, DC, 20035-6563
 
ZIP Code
20035-6563
 
Solicitation Number
HHM402-06-R-0021
 
Response Due
7/14/2006
 
Archive Date
7/29/2006
 
Description
This notice is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2001-27. This requirement is unrestricted. The North American Industry Classification System code is 541511 (formerly SIC code 7371). The offerors shall provide separate pricing for each of the contract line item numbers (CLINs): 0001 - Contractor shall provide all professional services in accordance with the Statement of Objectives (SOO); 0001AA - Direct Labor Costs; 0001AB - Other Direct Costs. Statement Of Objectives (SOO) for Department of Defense Intelligence Information Systems (DoDIIS) Content Management Data Layer (Physical), dated April 22, 2006 1. INTRODUCTION: The DoDIIS Physical Data Layer (PDL) is the implementation of a defense intelligence Enterprise structured data layer that covers the final development of the DoDIIS Data Reference Model (DRM), and the establishment of an enterprise Content Management (CM) architecture that adheres to DoD/Net-Centric architectural compliance and interoperable data retrieval and production into a compliant DoDIIS data repository. Physical data and content management is vital for information sharing, as valuable data is often stored in documents and other files that are not easily accessible on the network. Currently, no DoDIIS enterprise level physical data/content management (CM) strategy exists. The basis of the DoDIIS PDL is to provide a standards-based, service-oriented architecture that will enable the following capabilities across the DoDIIS data landscape: Data Visibility, Data Accessibility and Data Trustworthiness. The goal of this task is to establish an enterprise Data Reference Model (DRM) and a physical content management system that is enabled via the DODIIS Data Layer (DDL). By aligning the enterprise DRM and Enterprise Content Management (ECM) implementation with the DDL, formerly inaccessible documents and artifacts will be seamlessly integrated and available to the analyst. Furthermore, an enterprise content management system will allow documents to be managed throughout their lifecycle, from authoring through dissemination and revocation. 1.1 Project Objective Provide Defense Intelligence Agency (DIA) Directorate of Information Management (DS) with a Physical Data Layer and content management technical architecture and a prototype implementation that will position the DoDIIS Data Architecture to establish an Enterprise-level physical data layer integrated with the Enterprise-level logical data layer (DoDIIS DDL) to improve intelligence data sharing and management across the Intelligence Community and Department of Defense in support of National Security. The architecture and prototype should establish an enterprise content management system that is integrated with the enterprise logical data layer (i.e., DDL) and position the DoDIIS Information Data Architecture (DIDA) such that it can quickly and effectively integrate, expose, and control new data sources 1.2 Scope and Constraints This period of performance for this contract shall run from the contract award date for two years. The purpose of this task is to design and deliver an Enterprise DoDIIS Physical Data Layer, which will encompass a data reference model, an enterprise content management strategy and architecture, and deliver an enterprise content management prototype complete with detailed implementation specifications for full-scale enterprise deployment. The DoDIIS PDL will include the integration of commercial, Federal, and Department of Defense (DoD) technical standards within a common business framework and per Community Management Staff direction, and in line with emerging Executive Orders. In addition, this task includes the integration of all applicable commercial, Federal, and DoD technical standards within a common domain data reference model to establish a standard DoDIIS approach to developing, integrating, sharing, and maintaining the baseline DoDIIS PDL. 1.3 Background The volume and types of data maintained across the defense intelligence community, is extremely large, and physically located on servers at local, regional, and Enterprise installations. The DoDIIS Enteprise Content Management Strategy is to create a data layer to allow access to data independently of the application in a Service Oriented Architecture environment. The core components include a logical data layer (DDL) {outside the scope of this contract} and a physical data layer, which will create a virtual document repository that allows information to be created, managed, accessed, and destroyed in an orderly, timely, and predictable manner The DoDIIS Physical Data Layer (PDL) must address a broad selected set of capabilities that have been identified in the Intelligence Community System for Information Sharing (ICSIS) architecture and the DoDs? Global Information Grid (GIG) architecture, and must fully integrate with the emerging DoDIIS Data Layer. The PDL must also leverage existing and on-going CM tasks and deliverables. 2. TECHNICAL TASKS AND REQUIREMENTS: The contractor shall perform the following tasks in support of the DoDIIS Physical Data Layer Strategy and Prototype: Task 2.1 ? DoDIIS Data Reference Model (DRM) The DoDIIS Data Reference Model will consist of fully documented standards with sufficient detail for deployment and usage across the DoDIIS Enterprise. The DoDIIS DRM will consist of a comprehensive Enterprise Content Management strategy for managing content generated and controlled by DoDIIS. The strategy shall address the full lifecycle of information within DoDIIS, consider strategic and tactical intelligence, as well as raw and finished intelligence The DoDIIS DRM must be compatible and ensure interoperability with the Intelligence Community and Federal Enterprise Architecture (FEA). The DRM will encompass the following sub-tasks: - Leverage the deliverables from the preceding Content Management tasks, to: -- Establish an approach to the categorization of data representing the general business purpose of the data using the FEA Business Reference Model (BRM) as its categorization taxonomy. --Establish the exchange of data via a standard message structure. The information exchange package represents an actual set of data that is requested or produced from one unit of work to another. The information exchange package makes use of the DRM (s) ability to both categorize and structure data. --Establish the structure of data via data element represents information about a particular thing, and can be presented in many formats. The data element is aligned with the business context, so that users of an agency?s data understand the data?s purpose and context. --Establish enterprise level content management standards that can be applied across DoDIIS and provide information interoperability. The standards must comply with existing Intelligence Community (IC) and Federal standards (e.g., DoD 5015), and also address emerging standards as necessary. The deliverables will be completed via a 2-step formal coordination process. In support of the DoDIIS DRM, represent DoDIIS in various data standards bodies. A. Represent DoDIIS in IC and DoD standards bodies. B. Oversee DoDIIS change requests and updates. C. Work with DoDIIS Way Ahead and EEG?s, especially Service Oriented Architecture (SOA). D. De-conflict standards and governance. E. Deliver minutes and reports. F. Assist in providing the IC DRM to FEA. G. De-conflict and provide DoDIIS input to the National Information Exchange Model (NIEM). Task 2.2 ? DoDIIS Physical Data Layer Technical Architecture in Regional Service Center (RSC) environment The DoDIIS PDL and Content Management Architecture will define a technical architecture for managing content within DoDIIS. It will leverage existing CM deliverables and deliverables produced under Task 2.1 Based on the DDL Roadmap and the documented DODIIS content management requirements, the PDL technical architecture activities shall include: Contact and correspond with private industry, academia, and other technology providers that have implemented physical data layer capabilities; leverage this correspondence to: - Gather lessons learned and best practices to include -- Identify & recommend metrics to measure success -- Technology approaches and methodologies for both structured and unstructured data - Perform baseline and market analysis to identify relevant Physical Data Layer solutions for inclusion in a lab experiment. Identify existing and emerging tools for: -- Content management -- Records Management -- Cross-domain solutions -- Evaluate how existing DoDIIS technologies (Information Integrator, metadata extraction & tagging) will be integrated into the data layer - Leverage existing and emerging architectural artifacts and tasks, to: -- Establish a technical approach for physical management of enterprise content that meet performance metrics established above -- Evaluate the appropriate use for physical management of enterprise structured content using data warehouses -- Evaluate the number and location of data repositories within the DoDIIS RSC environment to ensure continuity of operations (24 x 7 accessibility) in case of disaster -- Document and deliver a technical architecture with clear implementation details, including integration of existing data sources, plans for how new data sources will be integrated, and how the PDL/ECM system will be integrated with and will leverage the DoDIIS Data Layer -- Provide an impact assessment of implementing the technical architecture across DoDIIS. TASK 2.3 ? DoDIIS Message Repository Reengineering The Contractor, using the standards and findings from tasks 2.1 and 2.2, shall conceive, design, and develop a new DoDIIS message repository incorporating the data from the existing M3 and WISE message services. This shall include: - Project plan identifying critical path, and key milestones - Technical architecture for deployment in the DoDIIS RSC Environment to include but not limited to: location, disaster recovery, replication & synchronization, hardware requirements, storage requirements - A full technical design of the message service for the DoDIIS RSC deployment - Preliminary Design Review (PDR) / Critical Design Review (CDR) at the completion of each key milestone - Work with DIA and other DIA Contractors to identify current, related efforts and incorporate and de-conflict the requirements 3. DELIVERABLES: See Exhibit A for complete list of deliverables. 3.1 ? Deliverables Format: The Contractor shall provide the following deliverables listed in Exhibit A. White Papers and Technical Assessments: The Contractor shall deliver white papers, technical assessments and other supporting documentation as required by the COR and applicable documents described above. Briefings and Conference Support: The Contractor shall support Requirements and Research Division (RR) with briefing support by drafting and finalizing briefings for COR presentation or presenting programmatic or technical briefings on behalf of the COR. Subject briefings will be limited to not more than five briefing in accordance with the delivery schedule. Software: The Contractor shall deliver to DIA all code/templates developed under set tasks stated within this SOO. Delivery media shall be determined by the Government COR, but is commonly CDROM. Baseline, integration, and testing will be on the contractor?s development, integration, and testing infrastructure. Contractor conducts weekly builds. Status Reports: The Contractor shall also provide a Monthly Progress Report within 10 days of the end of each reporting month. The Contractor shall provide monthly reports detailing funding, issues, concerns, accomplishments, and overall assessment of program?s progression, success, and potential pitfalls. A Final Report shall also be provided by the contractor upon completion of the project as directed by the COR no later than 15 days upon the end of the project outlining the; funding, accomplishments, issues, concerns, and the overall assessment of the program?s progression among others as directed by the COR. 4. MANAGEMENT SUBTASKS: The Contractor shall provide monthly progress reports to DIA during the period of performance to assess progress. The Contractor shall regularly determine the status of the effort and report monthly on progress toward accomplishment of contract requirements. The end of the month report shall present the status of contract funding. These reports shall document all concerns and requirements related to the project. 5. MANAGEMENT STRUCTURE: The Contractor Program Manager (PM) will exercise day-to-day program management; however, the Contractor Teams will execute work IAW guidance developed by the COR. The Contractor PM shall be the focal point for all activities associated with this SOO. The Contractor must work with existing programs wherever feasible to provide a more efficient means to integrate community-selected capabilities. Minutes from all scheduled meetings shall be the responsibility for the meeting lead, and, if applicable, the responsibility of the Contractor. The format will be a bulleted summary, action items, and items for COR review. 6. HARDWARE AND SOFTWARE: The contractor will leverage the DIA Distributed Lab facilities in Merrifield (Fairfax, VA) as appropriate, and/or purchase hardware as specified by the Government COR to support the pilot and COTS evaluations. Where possible, leverage existing government project hardware/software (HW/SW). The specific HW and SW to be purchased will be based upon the outcome of the development effort and recommended to the Government COR for consideration. 7. DOCUMENTATION: The contractor shall submit a statement of work that defines how the work will be accomplished. All documentation that falls within the work scope of this contract shall adhere to the guidance provided by DIA in the various program management documents as well as the DoDIIS Instructions for Intelligence Mission Applications, and the DODIIS integrators guide (DIG). All documentations shall be free of spelling and grammar errors. For clarity, the Contractor shall use active voice and follow the DoD effective writing principles for all documentation. The current market version of Microsoft Word is the standard format for all documentation. The Contractor shall deliver both hard- and soft-copy documentation, where required. The contractor will invoice monthly. The Contractor Primary Task Monitor, in close coordination with DIA, will approve completion of each task and sub-task based on the established schedule. 8. FACILITIES MANAGEMENT: 8.1 ON-SITE SUPPORT: The Contractor shall support the Government as required to ensure that Government technical and management needs are met. Essential portions of systems engineering and integration, process study and validation, and briefings shall be conducted onsite at the Government facility. 8.2 CONTRACTOR FACILITY SUPPORT: The Contractor shall perform all essential functions offsite at a Contractor-furnished facility, which allows for access by appropriate Government personnel for coordination. The Contractor shall provide their team with the necessary computers and internet connectivity to perform this task. However, if government furnished equipment (GFE) is issued/purchased, it will be as designated by the Government COR. Property accountability will conform to Agency regulations/standards. 9. QUALITY ASSURANCE: The Contractor shall work independently, but will coordinate with COR as necessary to ensure quality application of staffing resources for tasked work. The Contractor shall submit a quality control plan and will designate a person to verify quality of work provided by the Contractor Team to the Government. 10. PERSONNEL: The contractor shall have its proposed team in place within seven (7) days after contract award. All members of the proposed team shall have the necessary security clearances at contract award. The Contractor shall strive to maintain the same team throughout the period of performance on this task. If changes are necessary, the COR must approve the personnel proposed by the contractor. The contractor has 10 days to replace personnel with the appropriate / required security level. A resume must be presented to the COR for approval of any new incoming replacement personnel. Replacement personnel shall possess equal or better qualifications than the personnel being replaced. The COR will not accept any lesser qualified personnel unless otherwise directed by the Contracting Officer. 11. PERSONNEL STANDARDS OF CONDUCT: All personnel working on DIA contracts shall adhere to common positive and proactive standards of conduct normally found in successful private businesses and the DoD. Contractor management is responsible for quickly resolving all issues with regards to Contractor employees, especially as relates to programmatic performance. The Contractor shall maintain continuity in expertise to ensure tasks are delivered on time. The Contractor shall establish or maintain the necessary relationships with all subcontractors associated with this project. The Contractor shall ensure all employees conduct themselves professionally as well as show proper tact and diplomacy while in liaison over project business. 12. LEVEL OF EFFORT (LOE) PERSONNEL: The Contractor shall ensure the employee has a job description that fits into the overall effort and within the program management office integrated process team (PMO IPT) structure. The Contractor shall identify gaps and alternate employees for specific tasks. These shall match contract objectives. The Contractor will be knowledgeable with DIA and the Intelligence Community. Top Secret SCI clearances are required and must be a U.S. citizen and possess an SCI clearance. Each employee will have an Internet email address provided by his or her parent corporation and the Contractor will make this address available to DIA. DIA may publish the addresses to the other team members. All personnel properly cleared and requiring regular access to the DIAC will have joint worldwide intelligence communication system (JWICS) email addresses, per the Government requirements. 13. TRAVEL: The Contractor will travel as necessary to satisfy the requirements of all tasks. Specifically, the Contractor will, at a minimum, be required to travel to the commands and services as deemed necessary by the COR. All travel will be in accordance with the Joint Travel Regulation (JTR). There will be no reimbursement for travel within a 50 mile radius of the work site or travel to and from the place of residence. A travel schedule and projected expenses will be defined in the project plan provided with the proposal. Trip reports shall be delivered NLT 15 days upon completion to the COR. 14. PLACE OF PERFORMANCE: The normal places of performance will be at the contractor site, the DIA Distributed Lab in Merrifield (Fairfax, VA), meetings/briefing will take place in the DIAC or partner locations as dictated by the COR. The Contractor shall provide space for all personnel associated with the contract, as required. 15. SECURITY REQUIREMENTS: This effort requires that personnel be cleared at the Top Secret with Sensitive Compartmented Information (TS/SCI) level. FAR PROVISIONS: The provisions at 52.212-1, INSTRUCTIONS TO OFFERORS-COMMERCIAL ITEMS (JAN 2006); 52.212-3, OFFERORS REPRESENTATION AND CERTIFICATIONS-COMMERICAL ITEMS (MAR 2005); 52.212-1, SOLICITATION PROVISIONS INCORPORATED BY REFERENCE (FEB 1998) and 52.233-2 SERVICE OF PROTEST (AUG 1996) are hereby incorporated. Clause 52.212-2, EVALUATION--COMMERCIAL ITEMS (applies to this solicitation, specifically the following criteria: The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: Technical, security, past performance and price; with technical and security being more important than past performance. The Government will award to the offeror submitting the best value proposal. The Government will perform a trade-off analysis of non-price factors against price to determine the best value to the Government. Offers that are unrealistically low in total price will be considered indicative of a lack of understanding of the complexity and risk in meeting contract requirements and will not be considered for award. Non-price factors (Technical, Security and Past Performance), when combined, are more important than price. Of the non-price factors, Technical and Security are equal and more important than Past Performance. The importance of price in the evaluation for award will increase as the relative differences in non-price factors of offerors decreases. Offerors must submit a completed copy of the following provisions: FAR 52.212-3 OFFERORS REPRESENTATION AND CERTIFICATIONS-COMMERICAL ITEMS (MAR 2005) ALT I (APR 2002) and DFAR 252.212-7000 OFFERORS REPRESENTATIONS AND CERTIFICATIONS--COMMERCIAL ITEMS (JUN 2005) with their proposals. All clauses and provisions can be found at the following website: farsite.hill.af.mil. To be eligible for an award, all contractors must be registered in the Central Contractor Registration (CCR). Contractors can contact the CCR by calling 1-888-227-2423 or e-mail at www.ccr.gov. Questions concerning this solicitation should be addressed to B. Lynda Betancourt, Contract Specialist, e-mail to brunilda.betancourt@dia. mil. Proposals (original plus three copies) shall be received NLT 2:00 PM Eastern Standard Time on 14 July 2006 or via e-mail (one copy is required) to brunilda.betancourt@dia.mil. FAXED COPIES OF YOUR RESPONSE TO THIS RFQ WILL NOT BE ACCEPTED! Copies must be delivered by the closing date, prior to the time this RFQ is set to close. Any proposal received after the closing of this RFQ will be determined non-responsive and will be rejected. It is the Offeror's responsibility to ensure enough time is left to hand deliver proposals. Parking problems, non-access to the base or the DIAC, or lateness will not be acceptable excuses. Presolicitation Notice HHM402-06-R-0021-A is being issued in conjunction with this combined synopsis/solicitation to upload attachments, clauses in full text, clauses by reference and exhibits as a convenience to assist potential offerors in submitting timely proposals. Potential offerors are responsible for acknowledging all amendments to this combined synopsis/solicitation.
 
Place of Performance
Address: 200 MacDill Blvd Bolling Air Force Base, Washington DC
Zip Code: 20340
Country: USA
 
Record
SN01082400-W 20060705/060703220519 (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.