Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 06, 2010 FBO #3024
MODIFICATION

D -- FINAL RFP Posted for Joint Satellite Communications (SATCOM) Management and Planning System (JSMPS) Support

Notice Date
3/4/2010
 
Notice Type
Modification/Amendment
 
NAICS
541512 — Computer Systems Design Services
 
Contracting Office
Department of the Air Force, Air Combat Command, 55 CONS, 101 Washington Sq Bldg 40, Offutt AFB, Nebraska, 68113-2107, United States
 
ZIP Code
68113-2107
 
Solicitation Number
FA4600-09-R-0018
 
Point of Contact
Cindy M Parks, Phone: 402-294-3738, Cheryl L Haun, Phone: 402-294-7304
 
E-Mail Address
cindy.parks@offutt.af.mil, cheryl.haun@offutt.af.mil
(cindy.parks@offutt.af.mil, cheryl.haun@offutt.af.mil)
 
Small Business Set-Aside
N/A
 
Description
THE FINAL RFP FOR THIS REQUIREMENT HAS BEEN POSTED UNDER FA4600-09-R-0018_JSMPS. This is a Sources Sought synopsis being conducted pursuant to FAR Part 10, Market Research. This is for planning purposes only and there is no solicitation available at this time. This is an initial step in the planning process to acquire support for the Joint Satellite Communications (SATCOM) Management and Planning System (JSMPS) / Joint Integrated SATCOM Tool (JIST) for the United States Strategic Command (USSTRATCOM) Global Communications Division. USSTRATCOM requires technical support, hardware/software installation and integration services, database and software development, and the development and deployment of existing JSMPS/JIST tools and capabilities to mature JSMPS/JIST into a fully net-centric, web-enabled database and application suite. The 55th Contracting Squadron at Offutt Air Force Base, Nebraska, seeks potential sources that can perform the variety of non-personal services required. All businesses capable of performing this effort are invited to respond with capability packages. The capability package should, at a minimum, include examples of similar efforts performed within the last five years. Performance information includes contract number, dollar value, performance period, point of contact information for verification purposes, and description of the requirement. The Government will assess a company’s capability to provide the required support by evaluating the capability packages using the objectives/criteria identified below: DATABASE MANAGEMENT - Ability to design Oracle database schemas, and provide integration with external database applications. - Ability to create and manage Oracle database users, and tune Oracle databases to enhance performance and efficient utilization of computing resources. - Ability to install, configure, test, deploy, and maintain replication/mirroring and backup/recovery software and procedures. WEB - Ability to develop and deploy Hypertext Markup Language (HTML), Javascript, Cascading Style Sheet (CSS), and Extensible Markup Language (XML) files, graphics files, and other documents to be viewed on developed websites. - Ability to develop scripts to display both static and dynamic (i.e. database-driven) data. - Ability to prevent unauthorized users from accessing the developed websites. SYSTEM - Ability to install, configure, and manage Microsoft Windows 2000 Server (or newer). - Ability to prevent unauthorized users from accessing the servers. NETWORK - Ability to apply and manage Transmission Control Protocol/Internet Protocol (TCP/IP), Microsoft Network protocol, File Transfer Protocol (FTP), and Hypertext Transmission Protocol (HTTP), Simple Mail Transfer Protocol (SMTP). - Ability to install and configure network interface devices on Non-secure Internet Router Network (NIPRNET), Secure Internet Router Network (SIPRNET), and the Joint Worldwide Intelligence Collection System (JWICS). - Ability to configure network settings on NIPRNET, SIPRNET, and JWICS systems. SOFTWARE TOOLS - Familiarity with and ability to program using Oracle Procedural Language/Structured Query Language (PL/SQL), XML, CSS, JavaScript, HTML and Dynamic HTML (DHTML), the Document Object Model (DOM), and the Quest TOAD. - Ability to write operating system shell scripts. HARDWARE/SOFTWARE SUSTAINMENT - Familiarity with and ability to provide hardware and software sustainment plans outlining support for existing hardware sustainment and warrantees, hardware technology refreshment, operating system, database system products, and software licensing as required by that plan to maintain a reliable and sustainable JSMPS/JIST capability. SATELLITE COMMUNICATIONS - Knowledge of the policies, directives, and operational procedures published and/or used by USSTRATCOM, the Joint Staff, the Defense Information Systems Agency, and the Combatant Commands in the planning, management, and use of SATCOM resources. - Knowledge of Ultra-High Frequency (UHF), Super-High Frequency (SHF), Extremely High Frequency (EHF), and other Teleport, wideband and commercial, current and future SATCOM systems. - Knowledge of Electro-Magnetic and Radio Frequency Interference (EMI/RFI) resolution policy, directives, and procedures regarding the documentation, tracking, and resolution of EMI/RFI impacting military satellite communications and commercial SATCOM resources used by the DOD. - Knowledge of UHF, Demand Assigned Multiple Access (DAMA), Joint (UHF) Military SATCOM Network Integrated (JMINI), and Integrated Waveform (IW). SECURITY CLEARANCE - Ability to obtain employees with a security clearance at the Top Secret level with SCI eligibility. INFORMATION ASSURANCE (IA) - Knowledge of USSTRATCOM and DOD IA policies, to include DOD 8500 and 5000 series directives. - Ability to provide technical analysis and documentation meeting USSTRATCOM and DOD IA requirements. - Familiarity with and ability to maintain existing and future deployments of the JSMPS and JIST tools by deploying anti-virus updates, maintaining system configuration to Security Technical Implementation Guidelines (STIGs), and ensuring compliance with DOD Information Technology Portfolio Repository (DITPR) reporting. - Ability to perform analysis and ongoing quality assurance of the SATCOM enterprise at both the SIPRNET and JWICS levels. PROGRAM MANAGEMENT - Ability to monitor requirements and project implementation status and show this status through metrics. - Ability to provide performance and cost reports as required to demonstrate work accomplished, audits and reviews, target performance of actual vs. targets, and recurring problems. - Ability to support customer user groups, Configuration Control Boards (CCB), Deficiency Review Boards (DRB), and community of interest informational exchanges. - Ability to support CCBs and provide products such as, charters, coordination products, minutes, attendees, and prioritized lists in accordance with DOD Information System Configuration Control Policy. - Ability to support DRBs and provide products such as, charters, coordination products, minutes, attendees, and prioritized lists in accordance with DOD Deficiency Reporting Policy. - Ability to support Reliability Maintainability Availability Review Boards (RMA) and provide products such as, charters, coordination products, minutes, attendees, and prioritized lists in accordance with DOD Reliability, Maintainability, and Availability Policy. ACCOUNTING SYSTEM - Is your company's accounting system is approved by DCAA? If not, how would your company financially administer a cost-type contract? Are you authorized by DCAA to submit direct bill cost vouchers? Any information provided as a result of this sources sought synopsis is voluntary and the Government will not pay for any information submitted. Interested offerors shall submit 2 hard copies of their capability package to the following address: 55CONS/LGCZ, Attn: Cindy Parks, 101 Washington Square, Offutt AFB NE 68113-2107, no later than 4:00 p.m. local time 26 Jun 2009. Packages should not exceed 15 pages, each single-side counting as one page, 8.5 x 11 inch with one-inch margins and Times New Roman font no smaller than 10 point. Ensure that the company name, address, a point of contact with e-mail address and telephone number, Federal Cage Code, Data Universal Numbering System (DUNS), and business size are included in the capability package. NOTE: Capability packages submitted via email are highly encouraged and desired by the Government. Please submit them to cindy.parks@offutt.af.mil. The North American Industrial Classification System (NAICS) is 541512, Computer Systems Design Services, which has a small business size standard of $25M. Please note, a small business firm must be able to perform at least 50% of the total requirement within its own company (FAR 52.219-14, Limitations on Subcontracting). This sources sought synopsis should not be construed as a commitment by the Government for any purpose, nor does it restrict the Government to an ultimate acquisition approach. Please direct any questions regarding this acquisition to Cindy Parks at (402) 294-3738 or e-mail to cindy.parks@offutt.af.mil. Contracting Office Address: Department of the Air Force, Air Combat Command, 55 CONS/LGCZ, 101 Washington Sq Bldg 40, Offutt AFB, NE, 68113-2107 Place of Performance: USSTRATCOM Bldg 500 Offutt AFB, NE AFSPC Bldgs 1470 & 1471 Peterson AFB, CO Point of Contact(s): Cindy Parks, Contract Specialist, Phone 402-294-3738, Fax 402-294-4069, Email cindy.parks@offutt.af.mil Patrick Foster, Contracting Officer, Phone 402-294-6482, Fax 402-294-4069, Email patrick.foster@offutt.af.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/ACC/55CONS/FA4600-09-R-0018/listing.html)
 
Place of Performance
Address: USSTRATCOM Bldg 500, Offutt AFB, NE 68113-6600, AFSPC Bldgs 1470 & 1471, Peterson AFB, CO, 68113-6600 80914-3050, Offutt AFB, Nebraska, 68113, United States
Zip Code: 68113
 
Record
SN02083624-W 20100306/100304235426-3038b5a5793f1cac5bcb0c80e3adcded (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.