Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 28, 2011 FBO #3442
SOURCES SOUGHT

D -- DISA Communications Modeling, Simulation, and Analysis (MS&A) Support

Notice Date
4/26/2011
 
Notice Type
Sources Sought
 
NAICS
541512 — Computer Systems Design Services
 
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
MAC0025
 
Archive Date
5/17/2011
 
Point of Contact
James J Franey, Phone: 618-229-9346, Steven Crum,
 
E-Mail Address
james.franey@disa.mil, steven.crum@disa.mil
(james.franey@disa.mil, steven.crum@disa.mil)
 
Small Business Set-Aside
N/A
 
Description
Request for Information (RFI) for DISA Communications Modeling, Simulation, and Analysis (MS&A) 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), Enterprise Engineering directorate (EE), Enterprise Analysis Branch (EE44) is responsible for the support, development, and maintenance of the Joint Communication Simulation System (JCSS). EE44 is conducting this Request for Information (RFI) to determine sources with competencies and demonstrated experience in Modeling and Simulation (M&S), requirements analysis, training, acceptance testing, and model validation in support of the life-cycle management of the JCSS software. 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 the DISA Communications Modeling, Simulation, and Analysis (MS&A) 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 JCSS and ability to support EE44 contract needs. Interested parties should describe their technical capabilities and demo nstrated experience with M&S using JCSS, requirements analysis, acceptance testing, model verification and validation, JCSS training, systems security, and technical support of JCSS. All interested contractors are requested to provide written response to the requested information 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. The acquisition has 5 tasks as listed below: Task 1 - Task Order (TO) Management Task 2 - Joint Communications Simulation System (JCSS) Support Task 3 - JCSS Device Model Development Support Task 4 - JCSS Customized User On-Site Training Support Task 5 - Foreign Military Sales (FMS) Support The JCSS application is based on COTS software developed by OPNET technologies, Inc. To accomplish the tasks outlined, the winner of this effort shall be required to work with OPNET developers and engineers. This work will be conducted at government facilities on Ft. Meade, Maryland. 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 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 541512 are requested to submit a response to the POCs provided at the end of this release 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. 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 15 page statement of their knowledge and capabilities to perform the following: •a) Describe your experience with creating network models and device models. Include any experience with model verification and validation. •b) Describe your experience with the Joint Communications Simulation System, demonstrating sufficient knowledge to provide training and technical support to JCSS users. •c) Describe your experience with requirements analysis, model design, and acceptance testing of software. Provide examples of techniques and solutions provided. •d) Describe your experience in supporting or implementing system Certification and Accreditation (C&A) efforts through the DoD Information Assurance Certification and Accreditation Process (DIACAP) by providing examples of successfully fielded system deployments. •e) Describe your experience and ability to work closely with other vendors to coordinate software development and testing activities. Responses: Interested vendors should forward their capabilities and other information to be considered to steven.crum@disa.mil. Responses to this RFI are to be submitted by and RECEIVED by 4:00 PM EST, 02 May, 2011. 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: James Franey Phone: 618-229-9346 E-Mail: james.franey@disa.mil Project Manager: Steven Crum E-Mail: steven.crum@disa.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DISA/D4AD/DITCO/MAC0025/listing.html)
 
Record
SN02433045-W 20110428/110426234123-95e8308f5a1ced81ce37fb6e58ff4c16 (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.