Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 16, 2010 FBO #3156
MODIFICATION

D -- (RFI) forAir Force Research Laboratories (AFRL) Enterprise Business System (EBS)

Notice Date
7/14/2010
 
Notice Type
Modification/Amendment
 
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
RFIEBS
 
Archive Date
8/4/2010
 
Point of Contact
Lindsey J Mitchell, Phone: 6182299625
 
E-Mail Address
lindsey.mitchell@disa.mil
(lindsey.mitchell@disa.mil)
 
Small Business Set-Aside
N/A
 
Description
Request for Information (RFI) forAir Force Research Laboratories (AFRL) Enterprise Business System (EBS) 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 software development and program office support for AFRL's Enterprise Business System program. 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 United States Air Force 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 and 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, 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. 541512 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 in-depth knowledge in managing, developing, integrating, testing and delivering new software applications and enhancements to existing Commercial Off-The-Shelf (COTS) and Government Off-The-Shelf (GOTS) enterprise applications. Formal documented software process maturity information is required. •b) Demonstrate experience in analyzing functional requirements and architectures and applying these analyses to system change request taskings to scope and prioritize future software development efforts. •c) Demonstrate experience in developing and maintaining documentation to support certification requirements, specifically those mandated by the National Defense Authorization Act of 2005 (NDAA '05). •d) Demonstrate experience in developing and managing detailed program and task schedules to include resource allocation and critical path analyses. •e) Demonstrate experience in maintaining configuration control of multiple, simultaneous software releases including software item functional and physical characteristics, change control to these characteristics and recording and reporting change processing and implementation. •f) Demonstrate experience in executing a comprehensive Risk Management program including identifying, analyzing, assessing, reporting and mitigating programmatic risks. •g) Demonstrate understanding and implementation of the following enterprise applications and technologies: LiveLink, Sharepoint, Cognos, Clarity, Telelogic, Oracle, VMware, Remedy, Perl and Java. •h) Demonstrate knowledge and understanding of Federal Information Security Management Act (FISMA) standards for minimum security requirements for information and information systems and standards for categorizing information and information systems by mission impact. Responses Responses to this RFI are to be submitted by e-mail to Dyan.McClamma@wpafb.af.mil and Paul.Loughnane@wpafb.af.mil and RECEIVED by 20 July 2010 5:00 PM CST 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. Program POCs Paul Loughnane, AFRL/CS-EBS, (937) 904-8184 Dyan McClamma, AFRL/CS-EBS, (937) 255-6614 AMD 0001 to this Sources Sought Notice adds NAICS code 541512.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DISA/D4AD/DITCO/RFIEBS/listing.html)
 
Record
SN02205565-W 20100716/100714235023-76937436c89d201a959bccf24df407cd (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.