Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 24, 2009 FBO #2952
SOURCES SOUGHT

R -- Request for Information (RFI)-DISA OKC Communications Network/Server Support

Notice Date
12/22/2009
 
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
E200304
 
Archive Date
1/23/2010
 
Point of Contact
Kimberly M Hampel, Phone: 618-229-9392
 
E-Mail Address
kimberly.hampel@disa.mil
(kimberly.hampel@disa.mil)
 
Small Business Set-Aside
N/A
 
Description
Request for Information (RFI) for Defense Information Systems Agency (DISA) Oklahoma City (OKC) Communications Network/Server Support Contracting Office Address: Defense Information Systems Agency, DITCO-Scott PL8313, P.O. 2300 East Drive, Bldg 3600, Scott AFB, IL, 62225-5406 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 Communications Network/Server 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 Defense Information Systems Agency (DISA) in formulating an acquisition strategy that fairly considers small business ability to participate in the acquisition, either as prime contractors or as subcontractors. Sources Sought 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, Historically Black Colleges and Universities/Minority Institutions, 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 three years or work that is on-going) 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) Demonstrate recent past experience (within the past three years or work that is on-going year) in supporting similar efforts in the DISA Communication environments. b) Demonstrate experience with Akamai Support. c) Demonstrate experience with Windows System Administrative Support. d) Demonstrate the ability to provide qualified personnel with experience in providing Government Communications large scale network management and be able to manage multiple networks remotely (world-wide). e) Demonstrate ability to provide qualified personnel with senior experience in managing routers, switches, content switches, application proxies, Domain Name Service (DNS), and firewalls. f) Demonstrate ability to provide qualified personnel with knowledge of and senior experience with management of the proprietary Akamai content caching technologies, services, and architectures. g) Demonstrate ability to provide senior technical experience in management of the HP Openview application and framework. h) Demonstrate ability to provide qualified personnel experience with advanced Window server systems administration skills. Responses Responses to this RFI are to be submitted by e-mail to Kimberly.Hampel@disa.mil and RECEIVED by 10:00 A.M., Central Standard Time (CST), 8 January 2010. 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. Points of Contact Contracting Officer: Katie Tarry Phone: 618-229-9326 E-Mail: Katie.Tarry@disa.mil Contract Specialist: Kimberly Hampel Phone: 618-229-9392 E-Mail: Kimberly.Hampel@disa.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DISA/D4AD/DITCO/E200304/listing.html)
 
Place of Performance
Address: DISA-OKC, 8705 Industrial Blvd, Buildings 3900 and 201, Tinker AFB, Oklahoma, 73145, United States
Zip Code: 73145
 
Record
SN02029534-W 20091224/091222235208-da8c84b3915d6dafe5a2958456e043b5 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.