SOURCES SOUGHT
D -- Independent Verification and Validation (IV&V) testing services required to support Integrated Booking System (IBS). Services required include test plan development, test case preparation, IV&V software testing, and software problem reporting.
- Notice Date
- 2/28/2007
- Notice Type
- Sources Sought
- NAICS
- 541511
— Custom Computer Programming Services
- Contracting Office
- Surface Deployment and Distribution Command - W81GYE, ATTN: SDAQ, 200 Stovall Street, Alexandra, VA 22332-5000
- ZIP Code
- 22332-5000
- Solicitation Number
- W81GYE-07-S-0202
- Response Due
- 3/15/2007
- Archive Date
- 5/14/2007
- Small Business Set-Aside
- N/A
- Description
- The Military Surface Deployment and Distribution Command (SDDC) Cargo Management Branch is seeking information from industry relating to its need for Independent Verification and Validation (IV&V) testing services required to support Integrated Book ing System (IBS). Services required include test plan development, test case preparation, IV&V software testing, software problem reporting, System Change Request (SCR) preparation, documentation review, user review participation, and project management s upport. The purpose of this Request for Information (RFI) is to gather data regarding commercial industries interest and ability to meet existing IBS Testing needs and objectives and determine the Governments acquisition strategy. The Integrated Booking System (IBS) is the lead execution system of the Defense Transportation System (DTS) for the global shipment of ocean cargo in support of all wars, major contingencies, and humanitarian relief operations where Government personnel ar e deployed. As such, the IBS is available to users world-wide, 24 hours a day, seven (7) days a week. The IBS system consists of the following modules: Carrier Analysis and Rate Evaluation II (CARE II), Requirements Forecasting and Rate Evaluation (RF-RAM ), Department of Defense Address Activity Code (DODAAC) Unit, Sustainment, Commercial Sealift Solutions (CSS), Ocean Carrier Interface (OCI), Web Vessel Schedule (WVS), One-Time-Only (OTO), Automated Transportation Control Movement Document (ATCMD), Contai ner Management Module (CMM), and the electronic Shipper System (eSS) Modules. These modules provide automated tools to: support carrier contract requirement definition, rate and service solicitations and evaluation; input vessel schedules; book unit and su stainment cargo; produce shipment documentation; provide cargo offering and status information; produce payment and billing documentation and cargo information; and provide in transit visibility (ITV) information, and manage container inventories in theatr e. INSTRUCTIONS AND RESPONSE GUIDELINES Responses are limited to a total of 25 pages and must be completed in Microsoft Word format. Page size must be 8.5 x 11, font must be 12 point or larger, and margins must be at least 1. Both sides of the paper may be used. Each side is counted unless bl ank. Briefly describe your company, your services, history, ownership, financial information, business size, other information you deem relevant, and respond to the specific inquiries in attached questionnaire, sections 14. Supplemental service brochure s or marketing materials outlining specifications and capabilities may be submitted. We appreciate your response. It will be used solely by the SDDC as market research. We will not divulge individual responses to the RFI outside of the SDDC Requirements Team. This is not a commitment on the part of the Government to award a contract as a result of this notice or to pay for any information received. CONTACT INFORMATION Responses must be submitted via email to the Contacting Officer within 15 calendar days after issuance of the RFI or no later than 3:00 pm on Thursday, March 15, 2007. Clarification questions must be received within 5 working days after issuance of the RFI. Clarification questions in response to the RFI and final responses to the RFI shall be emailed to Ms. Cynthia Ellert, at EllertC@sddc.army.mil. The subject line should read RFI for Integrated Booking System Support. Areas where a source does not ha ve prior experience should be annotated as such. NO SOLICITATION EXISTS AT THIS TIME. The government reserves the right to conduct vendor oral capabilities demonstrations to be scheduled at a later date.
- Place of Performance
- Address: Surface Deployment and Distribution Command - W81GYE ATTN: SDAQ, 200 Stovall Street Alexandra VA
- Zip Code: 22332-5000
- Country: US
- Zip Code: 22332-5000
- Record
- SN01240895-W 20070302/070228221139 (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 |