Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 01, 2010 FBO #3050
SOURCES SOUGHT

D -- DEFENSE INFORMATION SYSTEMS AGENCY (DISA)

Notice Date
3/30/2010
 
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
JF0004
 
Archive Date
4/24/2010
 
Point of Contact
James J Franey, Phone: 618-229-9346
 
E-Mail Address
james.franey@disa.mil
(james.franey@disa.mil)
 
Small Business Set-Aside
N/A
 
Description
Request for Information (RFI) for DEFENSE INFORMATION SYSTEMS AGENCY (DISA) Combat Information Transport System (CITS) Program Contract 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 Defense Information Systems Agency (DISA) and the Air Force Network Integration Center (AFNIC) are conducting this Request for Information (RFI) as market research to determine sources with competencies to p rovide fully trained and qualified personnel to support the CITS Lead Requirements Management Office, Scott Air Force Base, IL. This will include specialized experience requirements identified in the requested information below. The CITS program is designated as a Major Automated Information System with two Acquisition Category (ACAT) programs, seven ACAT III programs, and associated CITS sustainment support functions. CITS is the primary Air Force program to install network infrastructure to mission critical fixed base facilities. In addition, this program includes three product areas, which are centrally funded and managed by the CITS Program Office. The product areas are: Information Transport System, Network Operations/Network Defense, and Voice Switching Systems. CITS modernizes base/site information transport, management, and protection capabilities by replacing maintenance intensive equipment, replacing or upgrading existing voice switching systems, providing network management of information systems, increasing the capacity of saturated information transmission systems, and providing information protection tools. The objective of this program is to provide life cycle strategic planning, sustainment, requirements analysis, information assurance, technical expertise, and programmatic support for the Air Force and Joint Task Force. This contract shall provide technical expertise in the areas of network engineering, technical, and program management support to enhance AFNIC's ability to satisfy programmatic and sustainment requirements. THE GOVERNMENT DOES NOT INTEND TO AWARD A CONTRACT ON THE BASIS OF THIS RFI OR REIMBURSE ANY COSTS ASSOCIATED WITH THE PREPARATION OF RESPONSES TO THIS RFI This RFI is issued solely for information and planning purposes and does not constitute a solicitation. All information received in response to this RFI marked Proprietary will be handled accordingly. Responses to the RFI will not be returned. Whatever information is provided in response to this RFI will be used to assess tradeoffs and alternatives available for determining how to proceed in the acquisition process for AFNIC's CITS Lead Requirements Management Office contract support. In accordance with FAR 15.201(e), responses to this RFI are not offers and cannot be accepted by the Government to form a binding contract. This RFI is a request for all interested parties including small businesses to describe their technical capabilities and demonstrated experience with support for AFNIC CITS Lead Requirements Management Office contract support needs. All interested contractors are requested to provide written response to the questions below. A response to this RFI is necessary in order to assist DISA in determining the potential levels of interest, adequate competition, and technical capability within the Small Business Community to provide the required services. In addition, this information will also be used to assist DISA in establishing a basis for developing any subsequent potential subcontract/small business participation plan and/or small business goal percentages. Sources Sought This Sources Sought Synopsis is requesting responses to the following criteria from interested parties that can provide the required services under the North American Industry Classification System (NAICS) Code 541712 and 541512. This Synopsis is encouraging responses from any qualified and capable source, including Small Businesses, 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 two or more qualified and capable Small Businesses to provide the aforementioned service. In order to make a determination for a small business set-aside, two or more qualified and capable small businesses must submit responses that demonstrate their qualifications. 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 and 541512 are requested to submit a response to the POCs provided at the end of this release within 10 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. Please note that personnel with current DoD Secret clearances (minimum) will be required at contract award. Requested Information: Interested vendors are requested to submit a maximum five (5) page statement of their knowledge, demonstrated experience and capabilities to perform the following: a) A broad range of Information Technology (IT) technical, development, sustainment, and management functions in support of the CITS program including: •1) Experience in providing information technology services to Air Force and Department of Defense (DoD) operations and providing AFNIC CITS Lead Requirements support. Specific information demonstrating an in-depth technical knowledge of DoD IT systems and infrastructure, and a working knowledge of Air Force Program Planning and Budgeting System (PPBS) system are requested. •2) Experience in providing information technology services to Air Force and DoD operations and experience providing AFNIC CITS Lead Command support. Specific information demonstrating an in-depth technical knowledge of DoD IT systems and infrastructure is requested. •3) Experience in providing information technology services to Air Force and DoD operations and providing AFNIC CITS Lead Command support. Specific information demonstrating an in-depth technical knowledge of DoD IT systems and infrastructure is requested. b) Enterprise IT Policy and Planning Research/Support and Document Development. Conduct research of technical and programmatic areas relating to/and for the creation of planning documents required in support of the CITS program. This includes but not limited to, assisting the Air Force in defining the future of net-centric communications, voice and data convergence, information assurance & patch management, and other strategic planning areas for the DoD as required by the Government. c) Integrated Solutions Management and Technical and Program Meetings for CITS Program. Attend technical and programmatic meetings to support the Government on issues related to Air Force interaction with the CITS program's planning and execution phases. d) Creation, review, and processing of CITS Program documentation. Create and review technical and programmatic documents for and in relation to CITS, as required. Examples include Expectation Management Agreements, System Requirements Document, Capability Development Document, Life Cycle Management Plan, System Deployment Plans, Key Performance Parameters, etc. e) Strategic and Life Cycle Planning for CITS Program. Contribute to the development of conceptual/technical strategic planning, capabilities roadmap development, and other life cycle planning activities to operational, infrastructure, interoperability and security requirements are satisfied in accordance with validated Joint and AF requirements documents. f) Requirements Analysis, Processing and Planning for CITS Program. Identify, consolidate, and participate in the process of validating technical requirements through the configuration board and ensuring the acquisition agency receives actionable requirements. Ensure requirements address Information Assurance (IA), documented process reengineering, compatibility, infrastructure, and interoperability needs. g) Resource Planning Support. Develop and manage program resources in the execution year, POM process and other budgeting processes to develop and validate program spend plans as they relate to implementation of enterprise wide capabilities to support Joint and AF warfighter needs. Responses Responses to this RFI are to be submitted by e-mail to Gary.Pendergrass@us.af.mil and RECEIVED by COB 9 Apr 10. 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 Gary L. Pendergrass Air Force Network Integration Center (AFNIC) 203 W. Losey St Scott AFB, IL 62225-5222 Tel: (618)-229-5897 E-mail: Gary.Pendergrass@us.af.mil Dr. John R. Bechtoldt Air Force Network Integration Center (AFNIC) 203 W. Losey St Scott AFB, IL 62225-5222 Tel: (618)-229-6659 E-mail: John.Bechtoldt@us.af.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DISA/D4AD/DITCO/JF0004/listing.html)
 
Record
SN02106539-W 20100401/100330235045-e18ec067a082da8bb634fc9ad6070d60 (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.