Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 29, 2011 FBO #3473
SOURCES SOUGHT

D -- Unclassified Information Sharing (UIS) - Draft PWS

Notice Date
5/27/2011
 
Notice Type
Sources Sought
 
NAICS
541512 — Computer Systems Design Services
 
Contracting Office
Defense Information Systems Agency, Procurement Directorate, DITCO-NCR, P.O. BOX 549, FORT MEADE, Maryland, 20755-0549, United States
 
ZIP Code
20755-0549
 
Solicitation Number
DCCMC52711
 
Archive Date
6/13/2011
 
Point of Contact
Michael D. Jackson, Phone: 3016775538, Keane Butts, Phone: 7036810306
 
E-Mail Address
michael.jackson2@disa.mil, Keane.Butts@disa.mil
(michael.jackson2@disa.mil, Keane.Butts@disa.mil)
 
Small Business Set-Aside
N/A
 
Description
Unclassified Information Sharing (UIS) Draft PWS REQUEST FOR INFORMATION (RFI) SUMMARY: REQUIREMENT: Unclassified Information Sharing (UIS) THIS IS A SOURCES SOUGHT NOTICE ONLY. THIS IS NOT A REQUEST FOR PROPOSALS. NO SOLICITATION IS AVAILABLE AT THIS TIME. The Defense Information systems Agency (DISA), Multinational Information Sharing (MNIS) Program Management Office (PMO), in coordination with DISA's Defense Information Technology Contracting Organization (DITC)), is requesting information to determine sources with CORE competencies and demonstrated experience in developing and sustaining a Cloud Computing Technology Solution for the purpose of hosting an Unclassified Information Sharing (UIS) capability. Unclassified Information Sharing (UIS) capability is an enterprise solution designed to meet unclassified collaboration and information sharing requirements of joint and coalition military organizations. UIS provides the United States Combatant Commands (COCOMs) a unique operational capability necessary to support coordination, cooperation, and collaboration with the mission partners, diverse actors. The overarching objective of the UIS is to provide a collaborative internet portal to share unclassified information. This is a new requirement. BACKGROUND: Unclassified Information Sharing (UIS) capability is an enterprise solution designed to meet unclassified collaboration and information sharing requirements of joint and coalition military organizations. UIS provides the United States Combatant Commands (COCOMs) a unique operational capability necessary to support coordination, cooperation, and collaboration with the mission partners, diverse actors. The overarching objective of the UIS is to provide a collaborative internet portal to share unclassified information to the COCOMs. This RFI is a request for interested parties to describe their technical capabilities and demonstrated experience with software development, sustainment, and fielding of the Unclassified Information Sharing (UIS). All interested contractors are requested to provide written response to this RFI. All small businesses to include Small Disadvantaged, HUBZone, and Women-Owned and service Disabled are strongly encouraged to provide timely response to this Request for Information (RFI). 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 additional, 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. Respondents are requested to suggest the NAICS they believe is the correct NAICS for this action for which their company classify. The Government is contemplating a Firm Fixed Price (FFP) contract. The term of the resulting contract will be a five year period (base period plus four options years). REQUEST FOR CAPABILITES STATEMENT: Interested parties should provide a capability statement to address the attached PWS, their ability and experience to perform the tasks associated with the requirements of the PWS. Provided and generic capabilities statement will not help us to determine if a company can or cannot provide the service we are seeking. NO HARD COPY or FACSIMILE SUBMISSIONS WILL BE ACCEPTED. Cover letters and extraneous materials (brochures, etc.) are not required or requested and will not be considered. Questions and Responses : Questions regarding this RFI shall be submitted in writing by email to the Contracting Officer and Contract Specialist. Verbal questions will NOT be accepted. Questions will be answered by posting answers to the Federal Business Opportunities (FedBizOpps) website ; https://www.fbo.gov/ ; accordingly, questions shall NOT contain proprietary or classified information. The Government does not guarantee that questions received after 02 June 2011, will be answered. Submission should be received by 1:00PM Eastern Standard Time, June 9, 2011 and should not exceed three pages (one-sided), single spaced, 12-point type with at least a one-inch margin on an 8-1/2" X 11" inch paper. Cover letters are not required or requested. The responses should specifically describe the contractor's ability to meet the requirements outlined in the RFI and PWS. Please include the company's name, business size, point of contact, address, phone number, DUNS number, CAGE Code, and Tax ID. Responses to the RFI must be submitted via e-mail to Keane.Butts@disa.mil, and Michael.Jackson2@disa.mil 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, scope and complexity) to include contract numbers, project titles, dollar amounts, and points of contact with telephone numbers. Provide a list of the current contract vehicles your services may be procured from, to include the General Service Administration (GSA), Federal Supply Schedule (FSS), and any other government contract vehicle. 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. Keane Butts Office: (703) 681-0306 Contract Specialist Email: keane.butts@disa.mil Michael D. Jackson Office : (301) 677-5538 Contracting Officer Email: Michael.Jackson2@disa.mil Summary : 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. DISA has not made a commitment to procure any of the items discussed and release of this RFI should not be construed as such commitment or as authorization to incur cost for which reimbursement would be required or sought. 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. The Government shall not be held liable for any damages incurred if proprietary information is not properly identified. The information provided in response to this RFI will be used to determine how to proceed in the acquisition process for In accordance with FAR 15.201(3), responses to this RFI are not offers and cannot be accepted by the Government to form a binding contract. If a solicitation is released, it will be synopsized on the Federal Business Opportunities (FedBizOpps) website. It is the responsibility of the potential offerors to monitor these sites for additional information pertaining to this requirement.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DISA/D4AD/DTN/DCCMC52711/listing.html)
 
Place of Performance
Address: 6910 Cooper Avenue, Fort Meade, Maryland, 20755, United States
Zip Code: 20755
 
Record
SN02459288-W 20110529/110527234426-4a05f1d6ff1cb81fa903095f27b61179 (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.