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 -- (INformation/Secure Intelligence, Data Exchange and Replication (INSIDER) 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
MAC0023
 
Archive Date
5/17/2011
 
Point of Contact
Rachel Rieger, Phone: 6182299257
 
E-Mail Address
rachel.rieger@disa.mil
(rachel.rieger@disa.mil)
 
Small Business Set-Aside
N/A
 
Description
Request for Information (RFI) for INformation/Secure Intelligence, Data Exchange and Replication (INSIDER) 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 : Provide Government-Off-The-Shelf (GOTS) and modified Commercial-Off-The-Shelf (COTS) applications and services that facilitate information sharing, data exchange, multimedia messaging, cross domain security services and data replication. Support shall provide such data services to all DoD users (including deployed tactical users), and interface with other U.S. government agencies, allied forces, and defense contractors. INSIDER baseline applications will make available secure organizational data exchange and/or record traffic supporting tactical interoperability, and emergency-action-message (EAM) dissemination. 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) Codes 541511 (Custom Computer Programming Services) and 541512 (Computer Systems Design Services). 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, 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. The government is trying to determine if there is reasonable expectation of obtaining Offeror's from two or more responsible small business concerns. 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 541511 and 541512 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 five years) 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: Foreign participation is excluded at the prime contractor and the subcontractor level. Requested Information: Interested vendors are requested to submit a maximum 10 page statement of their knowledge and capabilities to perform the following: a. The contractor must have extensive operational requirement understanding of the Secure Communications systems design, development, and integration supporting the Department of Defense and the Intelligence Community. b. Knowledge and experience of legacy and Service Oriented Architecture (SOA) organizational messaging requirements and services. c. Design, development and deployment of systems key to the varied Intelligence support missions attached to Air Force Intelligence, Surveillance, and Reconnaissance Agency (AFISR), Department of Defense (DoD), national Intelligence Communities (IC), Nuclear Command, Control & Communications (NC3), U.S. Federal Government departments/agencies and coalition partners. d. Demonstrate expertise in performing software requirements identification & analysis, design and code and maintenance pertaining to existing operational systems such as Multi Level Database Replication (MLDBR), Tactical Communications Support Processor (TCSP), SMART.neXt (SN), Decision Agent (DA), Tactical DA, the Enhanced Communications Gateway System (ECGS.). e. Extensive security requirement experience with Intelligence Communication Directive (ICD) number 503 as it relates to information technology systems security risk management, system certification and accreditation. f. The contractor must have thorough knowledge of Defense Intelligence Agency (DIA) Information Management directives and cross domain information dissemination requirements to support the Information Assurance Manager and Information Resource Manager to assure that plans, policies, and procedures are implemented in accordance with DIA directives. g. Experience in requirement analysis and development of Intelligence Community Wide Area Networks (WAN), Local Area Networks (LAN) as well as enterprise network architectures h. Support all managerial oversight of operations and maintenance for all systems fielded under this contract vehicle and subsequent task orders. i. Provide approximately 15 personnel with Top Secret SCI clearances at time of award with the capability of integrating an additional 15 persons during performance. Note: Numbers of personnel specified herein may not be charging full time to the effort. In addition to the statement of knowledge and capabilities in response to the above, please provide answers to the following questions on a maximum of 3 pages: a. Does your company intend to submit a proposal in response to the upcoming solicitation as a prime contractor? b. How many people does your company employ? c. Will you need to hire additional personnel to perform this effort? d. Is your company's cost accounting system approved by the DCAA or DCMA? If not, how would your company financially administer a cost-reimbursement type contract? e. Are there any other factors concerning your company's ability to perform the upcoming effort that the Government should consider? f. Explain how your company will fill the TS SCI positions. g. What is your company's Certified Contractor Access List (CCAL) number? Responses Responses to this RFI are to be submitted by e-mail to Mark.Esposito@rl.af.mil and RECEIVED by 3:00pm CST DATE 2 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.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DISA/D4AD/DITCO/MAC0023/listing.html)
 
Record
SN02433938-W 20110428/110426235102-8ff53a665cf644d0eaf64ed14266802a (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.