Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 30, 2011 FBO #3597
SOLICITATION NOTICE

D -- Integrated Resource Information System (IRIS) Application Support

Notice Date
9/28/2011
 
Notice Type
Presolicitation
 
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
PL831100014
 
Archive Date
11/12/2011
 
Point of Contact
Ellen T. Crain, Phone: 6182299679, Ellen T. Crain, Phone: 6182299679
 
E-Mail Address
ellen.crain@disa.mil, ellen.crain@disa.mil
(ellen.crain@disa.mil, ellen.crain@disa.mil)
 
Small Business Set-Aside
N/A
 
Description
Request for Information (RFI) for Defense Information Systems Agency (DISA) PEO-MA Program Control and Acquisition Division (IA1) Application 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), Program Executive Office - Mission Assurance/ (PEO-MA), is conducting this Request for Information (RFI) as market research to determine sources with competencies to support t h e Integrated Resource Information System (IRIS) with a full range of services including systems modification and integration, software development, system deployment, operations and maintenance and training capabilities. 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 IRIS support, integration, modification, programming, deployment and maintenance. 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. All interested contractors (both large and small) are requested to provide written response to the questions below. A response to this RFI is necessary in order to assist DISA in determining the potential levels of interest, adequate competition, market maturity and technical capabilities within the Large and Small Business Community to provide the required capabilities. SOURCES SOUGHT : This Sources Sought Synopsis is requesting responses to the following criteria from both large and small businesses under the North American Industry Classification System (NAICS) Code 541511. 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, and Small Disadvantaged Small Businesses. BACKGROUND: The Defense Information Systems Agency (DISA) is a focal point within the Department of Defense (DoD) for Information Assurance. The Program Executive Office, Mission Assurance & Network Operations (PEO-MA) within DISA acquires, develops, engineers and implements DoD Information Assurance and NetOps capabilities. Within PEO-MA, the Program Control and Acquisition Division (IA1) has primary responsibility for all acquisition and financial management issues, including the DoD Planning, Programming, and Budget Execution (PPBE) cycle, within the DISA Information Assurance (IA) community. DISA uses a number of automated tools for the collection and documentation of requirements and their related cost projections. The primary tool used by the IA1 organization for these activities is the Integrated Resource Information System (IRIS). IRIS is a SQL database and active web interface residing on DECC (Defense Enterprise Control Center) provided servers and connects to the DISANet through the unclassified backbone. IRIS has been developed using Microsoft Visual Studio 2003 and Infratgistics NetAdvantage Control Suite. The operational software on the server is SQL Server 2005 Enterprise Architect (with possible upgrade to SQL Server 2008 in the future) and Internet Information Server (IIS) 6.0. The database stores information concerning the justification of funds, program management, acquisition packages, funding documents, contract awards, and contract management. Currently, the initiative is focused on servicing the DISA IA community by conducting acquisition and program management related activities, but other components of the program management life cycle (e.g., property management and logistics support) may be considered for future development. In addition, recently IRIS use has been expanded to include other organizations within DISA and there is the potential of expanded use by other organizations in the future. IRIS needs high-quality system integration services to implement functional and performance enhancements required to support increased use of the system. These services include, but are not limited to, development and operation of the IRIS Database and server, development and deployment of electronic forms, modules, reports, queries etc., integration with other systems for authentication, and technical support to organizations integrating with IRIS. Requested Information: The Government will host a demonstration of the current IRIS database during the posting period of this RFI. Interested parties are ask to email their contact information to PEO_IANACQUISITION@disa.mil within five (5) days of this RFI posting and will be contacted directly with further information. Interested vendors are requested to submit a maximum fifteen (15) page statement of their product's capabilities with respect to the following: •1. Please describe your experience in developing, operating and enhancing a scalable SQL database that has a web interface using SQL Server 2008 Enterprise Architect. Include in your response information about the size of the database that you developed, operated and enhanced. •2. Describe your experience and understanding with integrating a SQL database with other systems and explain how you incorporate authentication and information assurance principles: •3. Provide your experience in developing and conducting user trainings and creating custom support materials (e.g. user's guide, cheat sheets, developer's guide, online help menus, etc...). •4. Provide your experience with web and database software and scripting languages and hosting platforms that could be used for maintaining and/or enhancing the development of this system. •5. Please provide your experience in modernizing and upgrading an existing web based application. Include how you improved the user experience (such as Web 2.0 user-centered design elements such as search capabilities, tags, links, extensions, collaborative features, data feeds, visual dashboards, etc.). •6. Briefly describe your preferred technical approach to developing and fielding new features to existing web based software applications for example: new screens, unique reports, views, filtering, etc. •7. Explain experience in database development and programming expertise to fix bugs and develop additional functionality in an existing database application and its Web interface. •8. Describe your Help Desk Support experience, average response time and reporting procedures. •9. Please provide your experience providing "Ad Hoc" fixes and updates to existing features, while maintaining scheduled delivery of planned updates and releases. •10. Please describe your ability to comply with applicable Security Technical Implementation Guidelines (STIG). Adherence to the standards is mandatory and ensures the solution shall not introduce known vulnerabilities while maintaining full functionality on a STIG compliant system. •11. Describe your ability to maintain and update required Certification & Accreditation (C&A) documentation as required by DoD Directive 8510.01 DoD Information Assurance Certification and Accreditation Process (DIACAP). •12. Please identify your support options for maintaining current software revisions of the system components and how the components are upgraded (process and if outages are required). •13. Please provide an operational illustration of a networked database with web interface that you have supported. Please include all of the system components required used to deploy the system. •14. Please provide your experience in normalizing data, improving data relationships, and improving response time of queries within an already operating database. Please detail your experience in producing graphical reports and other presentation materials using adobe, xml, or other formats. Responses: Responses should include the: •1) Business name and address; •2) Name of company representative and their business title; •3) Cost estimate for providing the capabilities described; •4) Business Size (for small businesses include small business category); and •5) Contract vehicles available that would be available to the Government for the procurement of the service, to include General Service Administration (GSA), NASA SEWP, Federal Supply Schedules (FSS), or any other Government Agency contract vehicle. The responses should be in a white paper format, no longer than fifteen (15) pages in length. Address the capability questions posed above, and add one (1) appendix that consists of at least two past performances listing prior installations and deployed solutions to include Government points of contact describing the vendor's capabilities. When possible please include the URL to a site and/or demo site that you have developed that would compare to the capabilities of the IRIS Database system. Firms who wish to respond to this should send responses via email NLT 28 October 2011 at 5:00 PM Eastern Daylight Time (EDT). The response should not exceed a 5 MB e-mail limit for all items associated with the RFI response. Interested vendors should forward their capabilities and other information to be considered to PEO_IANACQUISITION@disa.mil. 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. Point of Contact: Ellen Crain Contract Officer: Phone: 618-229-9679 E-mail: ellen.crain@disa.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DISA/D4AD/DITCO/PL831100014/listing.html)
 
Record
SN02596492-W 20110930/110929000415-de9dc9378fe73fe34e8def14cdb1d187 (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.