Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 20, 2009 FBO #2948
SOURCES SOUGHT

R -- Cyberspace Infrastructure Planning System (CIPS)

Notice Date
12/18/2009
 
Notice Type
Sources Sought
 
NAICS
541512 — Computer Systems Design Services
 
Contracting Office
Department of the Air Force, Air Force Space Command, 38 CEG/PK, 4064 Hilltop Road, Tinker AFB, Oklahoma, 73145-2713, United States
 
ZIP Code
73145-2713
 
Solicitation Number
FA8773-10-R-6002
 
Archive Date
1/23/2010
 
Point of Contact
Corene J Chakenatho, Phone: 405-734-7366, Tommie D Rushing, Phone: 405-734-7364
 
E-Mail Address
corene.chakenatho@tinker.af.mil, tommie.rushing@tinker.af.mil
(corene.chakenatho@tinker.af.mil, tommie.rushing@tinker.af.mil)
 
Small Business Set-Aside
N/A
 
Description
1. The 38 Cyberspace Engineering Group (CEG), Tinker AFB OK is conducting a sources sought/market survey. The purpose is to acquire information regarding contractor's capability to provide maintenance, sustainment, documentation, and modernization of the Cyberspace Infrastructure Planning System (CIPS) on both classified and unclassified networks,. physically located at Tinker AFB OK. This includes requirements specification, design, implementation, unit testing, integration and system testing, database administration, and system technical support for CIPS software and hardware. The Contractor must provide consultation and support to the government to facilitate testing as requested. The Contractor must adhere to Department of Defense, Air Force, major command, installation, organizational, or any other government mandated guidance and directives while maintaining and modernizing the system. The term, CIPS, refers to the entire system, to include its components (i.e. CIPS Visualization Component (CVC geospatial), Work Order Management System (WOMS), and Project Management and Implementation Dashboard (PMID)). The government is not looking to replace the current system but to continue performance as well as modernization on the current system. The contractor must have a demonstrated capability in the following commercial off the shelf (COTS) software: OPERATING ENVIRONMENT: Solaris, Windows,.NET framework LANGUAGES USED:.ASP, C#, Java, Javascript,.HTML,.XML,.XSLT, SQL ADDITIONAL TOOL(S): Oracle, MS Visual Studio, Infragistics, NetBeans, LogiXML Tools (Info, AdHoc), Eclipse, Altiva, Quest TOAD, FME, ESRI ArcGIS, IBM Rational Suite, Robohelp 2. This proposed contract is being considered as a set-aside under a small business set-aside program. The North American Industry Classification Systems (NAICS) Code proposed for the requirement is 541512. The size standard for NAICS 541512 is $25M. The government is interested in all small businesses including (8(a), Historically Underutilized Business Zone, or Service Disabled Veteran Owned Small Businesses that are interested in performing this requirement. The government requests interested parties submit a brief description of their company ' s business size (i.e, annual revenues and employee size), business status (i.e., 8(a), Historically Underutilized Business Zone, or Service Disabled Veteran Owned Small Businesses, small business) anticipated teaming arrangements, and a description of similar services offered to the Government and to commercial customers. Any responses involving teaming agreements should delineate between the work that will be accomplished by the prime and the work accomplished by the teaming partners. The Government will use this information in determining its small business set-aside decision. In addition, r equest Contractor provide a list of any other NAICs they feel are applicable. Contractor shall specify your business size status for each NAIC in your response. Also, provide an established contract vehicle, if known, by name, contract number, and administering office/address 3. THIS IS A REQUEST FOR INFORMATION ONLY. It is not a Request for Proposal, a Request for Quotation, an Invitation for Bids, a solicitation, or an indication the US Air Force (AF) or 38 Cyberspace Engineering Group (CEG) will contract for the items contained in the RFI. 38CEG will not pay respondents for information provided in response to this RFI. This RFI is part of a Government market research effort to determine industry capabilities to provide services for similar or like systems in the following areas. Address your capabilities to accomplish the referenced tasks and provide highlights of successful past experience on similar government contracts within the past five years. a. Ensure similar system was operational 99% of the time during normal duty hours, excluding scheduled down-times. b. Maintain or improve the architecture strategy. c. Ensure database structure is compliant with spatial data standards d. Provide database monitoring, administration and performance tuning of all related servers, to include classified servers. e. Ensure database and web server security was upgraded according to DoD and AF regulations. f. Perform database backup, recovery and restoration of service. g. Maintain and sustain all Commercial Off The Shelf (COTS) software to support production servers and client workstations. h. Maintain and update (as needed) the Communications Mission Data Set (CMDS) for the geospatial component. i. Perform database updates and application changes. j. Manage and resolve defects using the approved incident tracking system. k. Continue to develop and maintain a single baseline, as appropriate, for NIPR and SIPR networks and enable appropriate classification marking when used on SIPRNet. The application code will be unclassified. l. Manage development and test systems on the development network, to include operating systems, application software, databases, and hardware,. On the production network, manage production applications and databases. m. Provide full support Help Desk service on location during normal duty hours. n. Log, manage, and process enhancements and Change Requests p. Perform as a member of teams consisting of Government and Contractor personnel. q. Provide input to support system project and lifecycle reviews. 4. Describe contractor personnel capabilities and experience to develop and implement the following new or redesigned capabilities: a. Redesign current 3-tiered organizational structure (AF-MAJCOM-Base) to a structure that will accommodate other entities in the AF and DoD. b. Enhance the existing work plan function to include an AF-level work plan. In addition to the existing work plan process, the system will also provide for the creation of spend plans from approved work plans. c. Develop the Inside Plant portion of the geospatial component to provide a complete end to end picture of the base telephone, data network and cable infrastructures. d. Create Enterprise Dashboard functionality to provide a more aesthetically pleasing view of the base blueprints as well as drilldown capability. e. Develop a dashboard that permits the Air National Guard (ANG) to view and bid on pending projects across the AF. f. Redesign the current roles-based security model to one based on rights. g. Modify the work order management component to provide bases with the option of allowing any user to access this component and submit and track work orders regardless of whether the user has a system account or not. h. Incorporate AF 1067 requirements management process into this system.. i. Develop and implement a plan to transition a portion or all of this system from the unclassified network (NIPRNet) to the classified network, SIPRNet. j. Develop a construction and "as built" capability in the geospatial component to support project planning and implementation efforts. k. Interface with other Enterprise Automated Information Systems (AIS), such as TMS, Remedy, and TCOSS. l. Implement performance initiatives to enhance capabilities and improve performance, such as improved email and system notifications, enhanced user query capabilities, and business object cloning. m. Develop a version of the geospatial component that can operate disconnected from the network, that has full functional capability, to include editing, and can be synchronized with the system upon reconnection to the network 5. Please provide your response electronically on no more than ten single-sided, single-spaced pages using 12­point, Times New Roman font, and minimum one-inch margins, in Microsoft Word format. Responses to,this RFI are requested by close of business on 08 Jan 2010. All responses shall be unclassified and reviewed to ensure consideration of operational sensitivities. All RFI responses an d, correspondence related to this matter should be ' e-mailed (preferred), or mailed to: AFSPC 38 CEG/PKE (Attn: Ms. Cathy Plante and Mr Tommie Rushing) Bldg 4064 Hilltop Rd. Tinker AFB OK 73145-2713 E-mail: cathy.plante@tinker.af.mil (405) 734-7368; tommie.rushing@tinker.af.niil (405) 734-7364.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/1b8c4a285fa49e45f64aa7c997a69107)
 
Place of Performance
Address: 38 CEG, Tinker AFB OK, Tinker AFB, Oklahoma, 73145-2713, United States
Zip Code: 73145-2713
 
Record
SN02027529-W 20091220/091218235102-1b8c4a285fa49e45f64aa7c997a69107 (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.