Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 15, 2017 FBO #5683
SOURCES SOUGHT

D -- Data Warehouse - Attachment

Notice Date
6/13/2017
 
Notice Type
Sources Sought
 
NAICS
518210 — Data Processing, Hosting, and Related Services
 
Contracting Office
Department of the Air Force, Direct Reporting Units, USAF Academy - 10 CONS, 8110 Industrial Drive, Suite 200, USAF Academy, Colorado, 80840-2315, United States
 
ZIP Code
80840-2315
 
Solicitation Number
FA7000-17-T-0078
 
Point of Contact
john keith, Phone: 7193338041
 
E-Mail Address
john.keith.4@us.af.mil
(john.keith.4@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
OV 1 Analytic Requirements Knowledge and Information Management Process Maps Data Warehouse Design and Implementation Recommendations This is a SOURCES SOUGHT Notice for market research purposes only in accordance with Federal Acquisition Regulation (FAR) Part 10 for an upcoming acquisition for The United States Air Force Academy. DO NOT submit a quote or proposal in response to this synopsis. The Commodities and Services Flight, 10th Contracting Squadron (10 CONS), USAF Academy (USAFA), Colorado, seeks information concerning firms interested, to include small business socio-economic categories capable and qualified of providing commercial internet service., This Sources Sought notice shall not be construed as a formal solicitation or as an obligation on the part of 10 CONS to acquire any products or services. Information provided to 10 CONS in response to this posting is strictly voluntary and given with no expectation of compensation, and clearly provided at no cost to the Government. A formal solicitation may be executed and posted separately at a future date. 10 CONS is interested only in identifying interested and capable contractors for this service and receiving industry feedback to improve the acquisition process as part of market research. The planned North American Industry Classification System (NAICS) code is 518210 (this NAICS is being used for informational purposes only and may be changed dependent upon the usage of a strategic source). The small business size standard is $32.5M. Any resulting future contract is anticipated to be a performance based acquisition for providing commercial internet service and network management of the USAFA multi-tenancy IT transport infrastructure. Comments and/or suggestions on the below salient characteristics are encouraged and can be included in your responses. The United States Air Force Academy (USAFA) is required to provide reports on institutional effectiveness, key performance indicators, and analyze the efficacy of its business processes in educating and training future Air Force officers. With its current data architecture, the ability to produce accurate and consistent reports or perform analyses is often slow and difficult. MITRE Corporation, at the request of USAFA, was tasked to design a data warehouse logical data model that would support enterprise-wide reporting, enable a self-service reporting capability, and facilitate the capture of high-quality and timely data for analytical purposes. The data warehouse logical data model is the preliminary step in building a business intelligence environment that will allow for accurate, integrated and consistent reporting while providing access to data across the enterprise. Vendors are encouraged to proposed industry's best practice and solutions that can meet our requirements and should not limit themselves to the recommended design presented in the provided attachments. Attachment # 1: USAFA Enterprise Data Warehouse Design and Implementation Recommendations, outlines the overall requirements of the requested Data Warehouse and a recommended design of the United States Air Force Academy's (USAFA) "To Be" enerprise data warehouse (EDW). The design is comprised of a logical data model for the warehouse environment as well as implementation considerations for the development phase of the warehouse project. Attachment #2: Notional Operational View Level 1 (OV1) architecture diagram depicting how the Data Warehouse may be envisioned to interface with USAFA applications and their associated production data bases. Attachment #3 & 4: Knowledge and Information Management Process Maps and Analytic Requirements, outlines basic analytic requirements and shows the extent of USAFA data analytics. USAFA seeks an enterprise business analytic capability to do complex, routine, and ad hoc reporting and analysis. The system would draw data from the data warehouse referenced above, and would be able to add additional data sources in the future. The system should enable USAFA to easily combine data from the data warehouse with other data sources at the user level. The system should provide user friendly tools to access data, export data, assess data, report on data, create and maintain interactive dashboards, and exert data governance and maintenance. Data producers should be able to protect personally identifying data from the consumers of the interactive dashboards. USAFA has a community of about 50 heavy analytic users (information producers), 400 average analytic consumers, and both internal to USAFA's network and external information consumers. Interested parties shall provide the following information: a. Company name, address, Cage Code, DUNS Number, NAICS codes, name of point of contact, telephone number and e-mail address; b. Small business status (service disabled veteran owned small business, HUB Zone, 8(a), minority business enterprise, etc.) if any; Interested parties should also provide feedback concerning the following: Is this the appropriate NAICS code? If not, please identify which code is appropriate? Have you ever performed on federal government contracts? •c. Are there any aspects of this requirement which are not consistent with current industry practices? •d. Describe any experience your company has with building and designing data warehousing and business intelligence environments in the DOD and/or Higher Education domains. •e. Describe your recommended technical approach to the development of the data warehouse and business intelligence environment. •f. Is your company staffed to be flexible and scalable to handle both short-term peaks and long-term business needs in the development and maintenance phases? •g. How do you plan to meet the need to provide and support a self-service reporting capability in the BI environment? •h. Does your company offer proactive monitoring and reporting services that can alert to potential failures? •i. Will you need to subcontract any of the components to deliver the necessary capabilities? •j. What is the estimated cost to deliver and sustain this capability? Please provide costing detail for both labor and materials for both an on premise environment and a commercial cloud hosted environment (FedRAMP+/DoD Impact Level 4). Provide responses not later than 12:00 pm Mountain Daylight Time on 30 Jun 2017. The 10th Contracting Squadron is under no obligation to consider information received after 12:00 pm (MDT), 30 Jun 2017. Submit all of the above information in sufficient detail for a decision to be made on the availability of interested parties. Proprietary information should be marked "PROPRIETARY INFORMATION." An electronic email response is the accepted method. Please submit responses by e-mail to the attention of John Keith, Contract Specialist at 719-333-8041 at email address john.keith.4@us.af.mil. In his absence, please contact Allison Norder, Contracting Officer at 719-333-3988 and email address allison.norder@us.af.mil. This is only a Sources Sought Notice and is NOT a Request for Proposal (RFP) or Request for Quotation (RFQ). No solicitation is being issued at this time, and this notice shall not be construed as a commitment by the Government to issue a solicitation or ultimately award a contract, nor does it restrict the Government to a particular acquisition approach. In accordance with FAR Part 52.204-7, contractors must be registered in the System for Award Management (SAM) to be eligible for award. Register at https://www.sam.gov/portal/public/ SAM/#1. For information on Small Business Administration programs, please contact the USAFA Director of Small Business, Bill Wolski at 719-333-4561. 5352.201-9101 OMBUDSMAN (Apr 2014) (a) An ombudsman has been appointed to hear and facilitate the resolution of concerns from offerors, potential offerors, and others for this acquisition. When requested, the ombudsman will maintain strict confidentiality as to the source of the concern. The existence of the ombudsman does not affect the authority of the program manager, contracting officer, or source selection official. Further, the ombudsman does not participate in the evaluation of proposals, the source selection process, or the adjudication of protests or formal contract disputes. The ombudsman may refer the interested party to another official who can resolve the concern. (b) Before consulting with an ombudsman, interested parties must first address their concerns, issues, disagreements, and/or recommendations to the contracting officer for resolution. Consulting an ombudsman does not alter or postpone the timelines for any other processes (e.g., agency level bid protests, GAO bid protests, requests for debriefings, employee-employer actions, contests of OMB Circular A-76 competition performance decisions). (c) If resolution cannot be made by the contracting officer, the interested party may contact the Center/MAJCOM/DRU or AFISRA ombudsmen, James Anderson 8110 Industrial Drive, Ste 103 USAFA, CO 80840 Telephone number 719-333-2074 FAX 719-333-9018 Email: james.anderson.72@us.af.mil Concerns, issues, disagreements, and recommendations that cannot be resolved at the Center/MAJCOM/DRU or AFISRA level, may be brought by the interested party for further consideration to the Air Force ombudsman, Associate Deputy Assistant Secretary (ADAS) (Contracting), SAF/AQC, 1060 Air Force Pentagon, Washington DC 20330-1060, phone number (571) 256-2395, facsimile number (571) 256-2431. (d) The ombudsman has no authority to render a decision that binds the agency. (e) Do not contact the ombudsman to request copies of the solicitation, verify offer due date, or clarify technical requirements. Such inquiries shall be directed to the Contracting Officer.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/DRU/10ABWLGC/FA7000-17-T-0078/listing.html)
 
Place of Performance
Address: United States Air Force Academy, USAF Academy, Colorado, 80840, United States
Zip Code: 80840
 
Record
SN04542632-W 20170615/170613234818-066149df96f71fe55e64d09770110ed9 (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.