Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 17, 2013 FBO #4284
SOURCES SOUGHT

R -- IT maintenance and documentation support

Notice Date
8/15/2013
 
Notice Type
Sources Sought
 
NAICS
541513 — Computer Facilities Management Services
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, AFLCMC/PK - WPAFB (includes PZ, WL, WW, WI, WN, WK, LP, WG, WF, WK), 2275 D Street, Wright-Patterson AFB, Ohio, 45433-7218, United States
 
ZIP Code
45433-7218
 
Solicitation Number
FA8630-13-R-5025
 
Archive Date
9/12/2013
 
Point of Contact
Bryan A Hight, Phone: 9376563131
 
E-Mail Address
bryan.hight.2@us.af.mil
(bryan.hight.2@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Sources Sought Synopsis: THIS DOCUMENT IS FOR MARKET RESEARCH PURPOSES ONLY AND IS NOT A REQUEST FOR PROPOSAL/QUOTE. The Air Force Security Assistance and Cooperation (AFSAC) Directorate located at Wright-Patterson Air Force Base OH anticipates an acquisition to provide maintenance and documentation support to the Air Force Security Assistance Center (AFSAC) Case Management Control System (CMCS) Program Manager and individual(s) who support the AFSAC CMCS Program office or designated USAF representative: The contractor shall work in coordination/cooperation with the AFSAC CMCS Program Office team and DISA to provide application support duties including documenting processes (to include process mapping and flowcharting, high level network diagrams); researching; and developing source code and subroutines. Specific delineation of tasks is to include, but not necessarily be limited to, the following: • The contractor shall provide application and system programming support to analyze and define the application security layer and install in CMCS. Designs, develops, engineers and implement solutions that meet security requirements and provides integration and implementation of the computer system solution. • The contractor provides documentation and support for CMCS lifecycle documentation impacting the security change. All requirements are configuration controlled and update in the applicable software documentation to include: System operation Manuals by subsystem, the Database Design documents by subsystem, user manuals by subsystem, and all system views and graphical art views of the system. Information is being collected from SBA certified 8(a) small businesses only in accordance with FAR 19.203(c) "...if a requirement has been accepted by the SBA under the 8(a) Program, it must remain in the 8(a) Program.... "Each company responding should indicate their business size: other than small business, small business, small disadvantaged business, 8(a), woman-owned, economically disadvantaged women-owned, service-disabled veteran-owned, and/or HUBZone in accordance with the stated NAICS code and size standard. The North American Industry Classification System (NAICS) code assigned to this acquisition is 541513 with a size standard of $25.5M. Firms responding should indicate their size in relation to this size standard. All prospective contractors must be registered in the System for Award Management (www.sam.gov) database to be awarded a DOD contract. Respondents are further requested to indicate their status as a Foreign-owned/foreign-controlled firm and any contemplated use of foreign national employees on this effort. Note that a key factor in determining an acquisition to be a Small Business Set Aside is that small business prime contractors must perform at least 50% of the effort, as defined in Federal Acquisition Regulation (FAR) clause 52.219-14. Additionally, firms having GSA schedules should indicate their GSA schedule number in their responses. Any information submitted by respondents to this sources sought synopsis is voluntary. This sources sought notice is not to be construed as a commitment by the Government, nor will the Government reimburse any costs associated with the submission of information in response to this notice. Respondents will not be individually notified of the results of any government assessments. Capabilities Package. All interested firms should submit capability packages that outline their capability to provide the required services. The capabilities package should be brief and concise, yet clearly demonstrate an ability to meet the stated requirements. Recent, relevant experience in all areas should be provided. Recent, relevant experience is defined as performance of the same or similar work within the past three (3) years. If subcontracts are to be used, provide anticipated percentage of effort to be subcontracted and whether small or large businesses will be used. Teaming and/or subcontracting arrangements should be clearly delineated and previous experience in teaming must be provided. The response must not exceed 10 pages. Submit capabilities packages via e-mail to Bryan Hight, Bryan.Hight.2@us.af.mil All correspondence sent via email shall contain a subject line that reads "CMCS Security Support" If this subject line is not included, the email may not get through email filters at Wright-Patterson AFB. Filters are designed to delete emails without a subject or with a suspicious subject or attachments. Attachments with files ending in.zip or.exe are not allowable and will be deleted. Ensure only.pdf,.doc, or.xls documents are attached to your email. Questions related to this sources sought synopsis must be submitted via e-mail to the person indicated above NLT COB August 21, 2013. No further questions will be entertained after that date. RESPONSES ARE DUE NO LATER THAN AUGUST 28, 2013.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/ASC/FA8630-13-R-5025/listing.html)
 
Place of Performance
Address: Wright Patterson Air Force Base, Dayton, Ohio, 45434, United States
Zip Code: 45434
 
Record
SN03151226-W 20130817/130816000402-3127e8e165f8833e5a2a8ea965220ca8 (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.