Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 01, 2011 FBO #3506
SOURCES SOUGHT

70 -- Program Executive Office Global Information Grid Enterprise Services (PEO-GES) Information Systems Product Support

Notice Date
6/29/2011
 
Notice Type
Sources Sought
 
NAICS
541511 — Custom Computer Programming 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
MAC0036
 
Archive Date
7/21/2011
 
Point of Contact
Trudy A Thalmann, Phone: 618-229-9702
 
E-Mail Address
trudy.thalmann@disa.mil
(trudy.thalmann@disa.mil)
 
Small Business Set-Aside
N/A
 
Description
Request for Information (RFI) for Program Executive Office Global Information Grid Enterprise Services (PEO-GES) Information Systems Product 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 objective of this effort is to provide information technology product support in the areas of Systems Engineering: D ocumentation to support the Service Life Cycle Management Process; Engineering Review Board (ERB) meetings (submit change requests, run DCO session, etc.): Integrated Master Schedule (IMS) updates (obtain info by attending PDRs, CDRs, SDRs, ERBs, Test Readiness Reviews (TRRs), etc. and meeting with PEO-GES personnel); maintain ProjectForge.mil; Integration analysis for new services; conduct Technical Exchange Meetings (TEM). 2) Information Assurance: Certification and Accreditation Support; Update or Development of DIACAP; Security Test Plans; Security Self Assessment and or ST&Es; Security Test Reports; Service Life Cycle Management Support; FISMA Compliance; continuous monitoring; security test schedule planning; security documentation review (PPSM, IRP, SSP, etc.); change request evaluation; identifying mitigations, and 3) Testing: Government Acceptance Testing (GAT), Verification Testing (VT), regression testing, and functional testing; testing to collect data to evaluate Interoperability, developmental testing activities, performance testing, load testing and user participation and operational testing. 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 Service Life Cycle Management Process 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 the Service Life Cycle Management Process needs. Interested parties should describe their technical capabilities and demo nstrated experience with system operations, maintenance, integration, deployment, sustainment, accreditation, product evaluations, and technical support of the primary system to manage the finances of the Service Life Cycle Managmeent Process. 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 4 tasks as listed below: Task 1 - Management Controls Task 2 - Systems Engineering Support Task 3 - Information Assurance Task 4 - Test and Evaluation Support To accomplish the tasks outlined, the winner of this effort shall be required to cooperate and work with the contractor supporting the Program Executive Office Global Information Grid Enterprise Services (PEO-GES) Information Systems Product Support effort. Place of Performance. The contractor shall perform the majority of the work at the Contractor's facility. Access to SIPRNet at the DISA facility located at Ft. Meade, MD will be available. The vendor may establish a telework program if coordinated with the COR/TM prior to implementation. 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 541511, 541512, 541519, and 541330. 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 541511, 541512, 541519, and 541330 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 10 page statement of their knowledge and capabilities to perform the following: •a) Describe your experience providing a single unified managerial, engineering and technical approach in the areas of Systems Engineering, Information Assurance and Testing and Evaluation (T&E). •b) Describe your experience in Systems Engineering to include service lifecycle management, Configuration Management, technical engineering support, Integrated Master Schedule (IMS) generation and maintenance, collaborative software development environments, integration analysis of new systems, support of Technical Exchange Meetings (TEMs) and documention support for each of these areas. •c) Describe your expierence in Information Assurance (IA) to include certification and accreditation of classified and unclassified sytems using the DoD Information Assurance Certification and Accreditation Process (DIACAP), Development of test plans to support Security Test and Evaluations (ST&E), Conducting ST&Es, security test reports, IA requirements within Service Lifecycle Management (SLM), FISMA requirements, continuous monitoring, risk identification, risk mitigation, security documentation review, reciprocity across multiple DAAs, Change Request review and evaluation and documentation support for each of these areas. •d) Describe your expierence in Testing to include installation testing, regression testing, functional testing; Interoperability testing (interface/integration/data exchange), performance testing, developmental testing, load testing, load avaialability testing, end-user testing and operational testing, test and evaluation process, IMS development, maintence and coordination, Develop and maintain documentation for the Government T&E process, Develop product/services test strategies for Government T&E, Reviewing and reporting on contractor Development Test (DT) plans/reports and observe DT events, Documentation in each area of support Responses: Interested vendors should forward their capabilities and other information to be considered to cindy.mcdonald@disa.mil. Responses to this RFI are to be submitted by and RECEIVED by 12:00 PM EST, 6 July, 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: John Schiffhauer Phone: 618-229-9481 E-Mail: john.schiffhauer@disa.mil Project Manager: Cynthia McDonald E-Mail: Cindy.mcdonald@disa.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DISA/D4AD/DITCO/MAC0036/listing.html)
 
Place of Performance
Address: primarily at contractor facilities, United States
 
Record
SN02485997-W 20110701/110629235325-fc14bd5fc088d536b0440185fc791c7c (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.