Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 01, 2007 FBO #2043
SOURCES SOUGHT

70 -- REQUEST FOR INFORMATION (RFI) for High End Architecture/Database and Life Cycle support services

Notice Date
6/29/2007
 
Notice Type
Sources Sought
 
NAICS
541519 — Other Computer Related Services
 
Contracting Office
General Services Administration, Federal Technology Service (FTS), Acquisition Services Division (6TS-A), 1500 Bannister Road, Kansas City, MO, 64131, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
DKTD07CB004S
 
Response Due
7/17/2007
 
Archive Date
8/1/2007
 
Description
Contracting Office Address General Services Administration, Federal Acquisition Service (FAS), Assisted Services Division (6QZA), 1500 Bannister Road, Kansas City, MO 64131 Description This is a REQUEST FOR INFORMATION (RFI) for High End Architecture/Database and Life Cycle support services being released by the General Services Administration (GSA) on behalf of the Department of Defense (DoD), Defense Manpower Data Center (DMDC, the Requestor). This RFI is being issued for planning purposes only and shall not be construed as a Request for Proposal (RFP) or as an obligation on the part of the Requestor to acquire any products or services. All information provided under this RFI is for government planning purposes only, and the Government does not intend to issue a contract or pay for any service or information provided under the RFI. If proprietary information is provided, please mark as Proprietary for Government Use Only. The Government anticipates issuing an RFP for these requirements on or about the third week of August 2007. Background a. General Services Administration (GSA) is soliciting input from industry regarding the Enterprise Architecture function. The information obtained as a result of this RFI is intended to be utilized in the development of a future acquisition that may or may not require the products and services as described. b. Vendors are requested to submit the following information regarding technical capabilities, industry information and industry recommendations: i. Disincentives for poor performance are under strong consideration for contractor failure to perform up to an Acceptable Quality Level (AQL) for all tasks. What AQL?s would be appropriate for the defined tasks and how would you propose that they be monitored? As part of the final solicitation, there is strong consideration for providing incentives for performance of work under a Time & Materials cost structure. What level and type of incentives, including non-monetary, would be most suitable under this Task Order to promote superior performance? ii. It is anticipated that a transition period will be necessary should the incumbent contractor not be selected. During this transition period, among other things, it would be expected that the new contractor would work with the incumbent to transfer responsibilities. How would you propose to work with the incumbent to effectively manage this transition? How long of a period would be adequate to ensure a smooth transition? iii. What positions would be proposed and considered to be ?Key Personnel?? iv. What possible constraints or boundaries, if any do you envision in performing this requirement? v. Do you believe a site visit is necessary to provide an adequate response to a formal solicitation? What information would you like to discuss or what facilities would you like to visit? vi. Based on this PWS do you feel there is sufficient information to respond to a formal solicitation? If not what additional information do you recommend be incorporated in the PWS. vii. Do you believe the stated goals and desired results are obtainable? If not, do you have any recommendations in tailoring these goals? viii. How many business days (not including weekends and holidays) do you feel is required to respond to a formal solicitation? General Requirements: The following tasks require highly qualified on-site and off-site technical, functional and analytical contractor personnel experienced in the use of the current technologies, systems and application software to support DMDC?s Enterprise Architecture. Task 1 - Architectural Design include providing technical design, development and implementation of the DMDC central databases including but not limited to the Personnel Data epository (PDR/ DEERS), the Authentication Data Repository (ADR), the Access Data Warehouse (ADW), the Defense Incident-Based Reporting System (DIBRS) and all ancillary and online support. Task 2 - Database Management and Support, is to provide services associated with the functional area of Database Management and Support. The Contractor shall assist DMDC in modifying both the tools and the underlying database to maintain operational effectiveness. Task 3 - Software Development, is to provide continued enhancement of existing processes, applications and related databases, as well as developing new applications, as required. The contractor shall develop the detailed designs and develop specifications for continuing software development. Whenever possible, development should be done using a Service Oriented Architecture (SOA) implementation. The contractor shall support the implementation of these enhancements, ongoing maintenance of the existing processes, and the associated knowledge bases, applications, applets, and satellite databases. The contractor shall provide life cycle software application development support. Task 4 -Project Management, is to provide support for project inception, elaboration, construction, transition, and maintenance. Task 5 - Research and Analysis is to provide analytical support, develop data extracts, identify trend and construct required reports, ensure uniformity where possible, establish and maintain in-house archival procedures, and graphical presentations for use by DMDC, DoD Officials or others as requested. c. The draft Performance Work Statement (PWS) is provided for industry comment. Request vendors make suggested changes to the document using ?Track Changes? for suggested enhancements and recommendations for changes. Submitted changes/additions may or may not be included in the final solicitation. Please contact Debra Bouchard, DMDC Project Manager via email at debra.bouchard@gsa.gov for copies of the PWS and appendices. d. Questions regarding this RFI should be addressed via e-mail to Debra Bouchard at debra.bouchard@gsa.gov no later 12:00 PM EST on 12 July 2007. e. Interested parties shall submit their responses by email to: todd.tekesky@gsa.gov no later than July 17, 2007, with a copy furnished to debra.bouchard@gsa.gov. Acceptable file formats are Microsoft Word, Microsoft Excel, and/or .pdf. ALL inquiries and responses must be submitted as instructed above - Telephone and FAX inquiries will not be accepted. Anticipated Place of Performance ? World wide locations coordinated through: Address: DMDC, 1555 Wilson Blvd., Suite 600, Arlington, VA Postal Code: 22209 Country: UNITED STATES. FOR COMPLETE SET OF RFI DOCUMENTS CONTACT THE PROJECT MANAGER AT: debra.bouchard@gsa.gov NOTE: This RFI is also being issued via EBuy under RFQ # 214256. Point of Contact Todd Tekesky, Contracting Specialist, Phone 816-926-1384, Fax 816-823-5993, Email todd.tekesky@gsa.gov
 
Place of Performance
Address: WORLD WIDE LOCATIONS COORDINATED THROUGH, DMDC, 1555 Wilson Blvd, Suite 600, Arlington, VA
Zip Code: 22209
Country: UNITED STATES
 
Record
SN01331965-W 20070701/070629231839 (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.