Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 19, 2009 FBO #2642
SOURCES SOUGHT

D -- Business Process Reengineering & Analysis, Program Management & Operations Technical Support

Notice Date
2/17/2009
 
Notice Type
Sources Sought
 
NAICS
541712 — Research and Development in the Physical, Engineering, and Life Sciences (except Biotechnology)
 
Contracting Office
Defense Information Systems Agency, Procurement Directorate, DITCO-Scott, 2300 East Dr., Building 3600, Scott AFB, Illinois, 62225-5406, United States
 
ZIP Code
62225-5406
 
Solicitation Number
E200184
 
Response Due
2/24/2009
 
Archive Date
3/11/2009
 
Point of Contact
Lisa A Kraft,, Phone: 618-229-9632
 
E-Mail Address
lisa.kraft@disa.mil
 
Small Business Set-Aside
N/A
 
Description
Request for Information (RFI) for Business Process Reengineering & Analysis, Program Management & Operations Technical Support <h4>Contracting Office Address:</h4> Defense Information Systems Agency, DITCO-Scott PL8313, P.O. 2300 East Drive, Bldg 3600, Scott AFB, IL, 62225-5406 <h4>Description:</h4> PURPOSE : The purpose of this Request for Information (RFI) is to conduct market research which will be used to formulate an acquisition strategy to procure Business Process Reengineering & Analysis, Program Management & Operations Technical Support. This RFI is issued solely for information and planning purposes and does not constitute a Request for Proposal or a promise to issue a Request for Proposal in the future. This RFI does not commit the Government to contract for any supply or service. Respondents are advised that the U.S. Government will not pay for any information or administrative costs incurred in responding to this RFI. TARGET AUDIENCE : In particular, only small businesses are requested to respond to this RFI to assist the DISA Computing Services Directorate in formulating an acquisition strategy that fairly considers small business ability to participate in the acquisition, either as prime contractors or as subcontractors. <h4>Sources Sought</h4> This Sources Sought Synopsis is requesting responses to the following criteria ONLY from small businesses that can provide the required services under the North American Industry Classification System (NAICS) Code 541712. In addition to Small Businesses, this Synopsis is encouraging responses from qualified and capable Service Disabled-Veteran Owned Small Businesses, Veteran-Owned Small Businesses, Women-owned Small Businesses, HUBZone Small Businesses, Small Disadvantaged Small Businesses, Small Business Joint Ventures, Consortiums and Teaming Partners. This Sources Sought Synopsis is issued to assist the agency in performing market research to determine whether or not there are qualified and capable Small Businesses to provide the aforementioned service. Two or more qualified and capable small businesses must submit responses that demonstrate their qualifications to make a determination for a small business set-aside. Responses must demonstrate the company's ability to perform in accordance with the Limitations on Subcontracting clause (FAR 52.219-14). Interested small businesses meeting the small business standard of NAICS code 541712 are requested to submit a response to the Contracting Officer within 7 calendar days of issuance of this RFI. Late responses will not be considered. Responses should provide the business's DUNS number and CAGE code and include a statement of self certification under the NAICS code. Additionally, responses should include recent (within the past five years) and relevant experience (work similar in type and scope) to include contract numbers, project titles, dollar amounts, and points of contact with telephone numbers where the responder performed the relevant work. Marketing brochures and/or generic company literature will not be considered. Not addressing all the requested information may result in the Government determining the responder is not capable of performing the scope of work required. Requested Information: Interested vendors are requested to submit a maximum 6 page statement of their knowledge and capabilities to perform the following: a. Experience in program management of information technology projects, software and software engineering. b. Experience in working knowledge in DECC computing infrastructure, organization, culture, policies, procedures and ability to process proper secret security clearances. c. Experience in UNIX (and variants) and Windows servers, and IBM compatible mainframe computing environments, as well as a working knowledge in Oracle database administration skills. d. Demonstrate the ability to support the ADM system, develop and manage the IBM Maximo tool suite, Oracle 10g Database Enterprise Edition, IBM Web sphere, and Microsoft SQL Server products Obtain database administration for Oracle and Microsoft SQL database instances, and provide expert level technical support to ADM users at all levels of DISA Computing Services. d. The ability to provide technical expertise in reengineering, technical and business processes, strategic and operational planning; along with technical assistance, guidance and hands-on assistance to client and customer personnel. e. The ability to analyze, recognize and recommend new, emerging technologies and software tools to satisfy functional requirements and processes based on market research and prototyping. f. The ability to provide technical support to include 24x7 on call support for development of enterprise policies, project planning, review and analysis, implementation support, work breakdown structures, and web development and maintenance, and demonstrate the ability to develop and provide executive level presentations in a variety of formats. •g. Ability to comply with the appropriate DoD approved architectures, programs, standards and guidelines, such as Defense Information Systems Network (DISN). •h. Ability to support the customer at all three locations, 1. Greenwood Village, CO 80111-3209 2. Columbia Pike, Falls Church VA 22204-4502, 3. Carlisle Pike, Mechanicsburg, PA. •i. Ability to comply with the security requirements: Work to be performed under this contract is up to and including the Top Secret/Sensitive Compartmented Information (SCI) level. <h4>Responses</h4> Responses to this RFI are to be submitted by e-mail to Lisa.Kraft@disa.mil and RECEIVED by COB 24 February 2009. Responses must be single-spaced, Times New Roman, 12 point font, with one inch margins, and compatible with MS Office Word 2003. Proprietary information and trade secrets, if any, must be clearly marked on all materials. All information received that is marked Proprietary will be handled accordingly. Please be advised that all submissions become Government property and will not be returned. All government and contractor personal reviewing RFI responses will have signed non-disclosure agreements and understand their responsibility for proper use and protection from unauthorized disclosure of proprietary information as described 41 USC 423. The Government shall not be held liable for any damages incurred if proprietary information is not properly identified. <h4>Points of Contact</h4> Contracting Officer: Jane M. Uhles Phone: 618-229-9458 E-Mail: Jane.Uhles@disa.mil Contract Specialist: Lisa Kraft Phone: 618-229-9632 E-Mail: Lisa.Kraft@disa.mil
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=37be248e574bdc0b7fcf084c1c28e52f&tab=core&_cview=1)
 
Place of Performance
Address: Mulitple Locations - See RFI Above., United States
 
Record
SN01751550-W 20090219/090217215839-37be248e574bdc0b7fcf084c1c28e52f (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.