Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 27, 2009 FBO #2678
SOURCES SOUGHT

D -- Administrative, analytic, and technology migration support for the DISA Interface Standards Division

Notice Date
3/25/2009
 
Notice Type
Sources Sought
 
NAICS
541512 — Computer Systems Design Services
 
Contracting Office
Defense Information Systems Agency, Procurement Directorate, DITCO-NCR, P.O. 4502, Arlington, Virginia, 22204-4502, United States
 
ZIP Code
22204-4502
 
Solicitation Number
GESERFI
 
Point of Contact
Walter F. Holt,, Phone: 7036810928, Jerl S Traylor,, Phone: 703-681-0300
 
E-Mail Address
walter.holt@disa.mil, jerl.traylor@disa.mil
 
Small Business Set-Aside
Total Small Business
 
Description
Contracting Office Address: Defense Information Systems Agency Procurement and Logistica, DITCO-NCR, P.O. 4502, Arlington, VA, 22204-4502, UNITED STATES Description: 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 administrative, analytic, and technology migration support for the DISA Interface Standards Division. 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 Interface Standards Division 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 NAICS Code 541512. 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 541690 are requested to submit a response to the Contracting Officer within 5 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 in the following areas: Demonstrate familiarity with: •· DoD Military Standards for tactical communications in the Defense Information Technology Standards Registry (DISR) •· Joint Chiefs of Staff J6 Organization and Policy Review Process for tactical communications requirements •· Use of the Joint Interoperability Enhancement Process (IEP) for reviewing migration toward Tactical Data Enterprise Services (TDES) objectives, as documented in the Joint TDES Migration Plan (JTMP) Provide evidence of experience with: •· Fostering implementation of DoD Policy and Guidance concerning U.S. Joint and Allied Tactical Communications •· The Advanced Tactical Data Link (ATDL) development in cooperation with the U.S. Services Provide evidence of expert knowledge of: •· The ATDL requirements to perform objective capability assessments •· Standardized data calls to facilitate collaborative information exchange in TDES migration among the U.S. Joint Services and Allies •· U.S. DoD Policy and procedures for collecting and analyzing TDES bit-level platform implementations for Link 16, Variable Message Formats (VMF), Multifunction Advanced Data Link (MADL), etc. Provide evidence of expert knowledge and experience in: •· Development of U.S. Joint Policy for Joint Warfighting. •· Assisting OASD(NII) in identifying the components, characteristics and benefits to TDES migration within the Net-Centric Operational Environment (NCOE). Provide evidence of proven understanding of: •· The components and tools of the Joint IEP to assess platform interoperability •· Joint process used for the Configuration Management U.S. DoD Tactical Data Link Military Standards •· Utilization of the Joint IEP to assess platform interoperability Document past performance in the areas of: •· Conducting Waveform Analysis of Legacy, Current, and Future Waveforms, and similar technical analyses •· Formally approved DoD Assessments, such as an assessment of The IEP Process for TDL Capabilities and Service Baselines <h4>Responses</h4> Responses to this RFI are to be submitted by e-mail to walter.holt@disa.mil NLT 3:30 PM, 30 March 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: Jerl Traylor Phone: 703-681-0300 E-Mail: jerl.traylor@disa.mil Contract Specialist: Walter F. Holt Phone: 703-681-0928 E-Mail: walter.holt@disa.mil
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=eddc3633db6b3690b5a9dca41d0ffa07&tab=core&_cview=1)
 
Place of Performance
Address: 5600 Columbia Pike, Falls Church, Virginia, 22041, United States
Zip Code: 22041
 
Record
SN01777684-W 20090327/090325220445-eddc3633db6b3690b5a9dca41d0ffa07 (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.