SOURCES SOUGHT
70 -- WebMethods Production and Staging Environment
- Notice Date
- 11/25/2008
- Notice Type
- Sources Sought
- NAICS
- 334119
— Other Computer Peripheral Equipment Manufacturing
- Contracting Office
- Department of the Air Force, Air Force Materiel Command, ASC - Aeronautical Systems Center, ASC/PKWBldg. 16, Rm. 1282275 D StreetWright-Patterson AFB, OH
- ZIP Code
- 00000
- Solicitation Number
- F6DAAS93100400
- Response Due
- 12/3/2008
- Archive Date
- 12/18/2008
- Point of Contact
- Travis McCullough, 937-656-7475<br />
- Small Business Set-Aside
- N/A
- Description
- WebMethods Production and Staging Environment The Air Force intends to award a brand name contract to World Wide Technology. The purpose of this Sources Sought is to determine if there are any businesses available who are capable of performing the effort described herein. Defense Automatic Addressing Systems Center (DAASC) at Wright-Patterson AFB, OH is seeking sources to provide: Support in the continuing process to expand services for our customers, DAASC is operating a full-service EDI Telecommunications Hub and is maintaining and refining a Translation Engine for the any-to-any conversion of ANSI X12, MILS, and User-Defined Format (UDF) documents in any combination/direction. With this capability, DAASC acts as an Electronic Business (EB) Gateway for the DoD and other Federal Civil Agencies, performing translation to/from formats specified by each of these customers. Essentially, the DAASC is the facilitator that enables disparate systems to function homogenously. This project focuses on the eventual replacement of the Global Exchange (GEX) GOTS software with the webMethods, highly available, secure hardware solution. This will provide greater support to the warfighter by ensuring that critical applications are kept current with technology, available 24x7, 365 days per year and provides the best value to the government through transaction monitoring/processing technologies Due to the essential mission that DAASC provides, the Department of Defense has defined the operation as Mission Assurance Category (MAC) I which identifies the DAASC processing as vital to the operational readiness or mission effectiveness of deployed and contingency forces in terms of both content and timeliness. The consequences of loss of integrity or availability of a MAC I system are unacceptable and could include the immediate and sustained loss of mission effectiveness. This is a SOURCES SOUGHT SYNOPSIS. THERE IS NO SOLICITATION AVAILABLE AT THIS TIME. REQUESTS FOR A SOLICITATION WILL NOT RECEIVE A RESPONSE. This is in support of market research being conducted by ASC to identify capable potential sources. Contractors responding to this shall submit the following information to: Travis McCullough, email Travis.McCullough@wpafb.af.mil. Response Date: 3 December 2008 5:00 p.m. EST either by email (above) or postal Travis McCulloughTravis.McCullough@wpafb.af.milASC/PKEIS2275 D Street Bldg. 16 Rm. 128Wright-Patterson AFB, OH 45433Com: (937)656-7475 DSN:986-7475 Required Submittal: Contractors must submit, by the due date listed above, the following: 1.Company Information to include:a.Points of contact, addresses, email addresses, phone numbersb.Identification as a large U.S. business, small U.S. business, or a foreign business.2.A summary of your related capabilities information based upon the Contractor Experience required below. It should be brief and concise, yet clearly demonstrate your abilities to meet the stated requirements. Limit responses to a total page limit of 5 pages. Each page shall be formatted for 8 x 11 paper. Pages shall be single-spaced and one-sided. The font shall be Times New Roman and no smaller than 10pt with at least a one-inch margin. Covers, tab dividers, title pages, glossaries, and table of contents are not required. Please submit your responses electronically in a Microsoft Word compatible file.3.Provide no more than five contract history matrices for any contract relevant to this effort. (Include information ONLY for work within the last three years) For all current or past contracts deemed relevant, provide the following administrative reference information. (There is no page limit for this requirement.)a.Company/Division Nameb.Program Titlec.Contracting Agencyd.Contract Numbere.(e) A brief description of the contract effort, indicating whether it was development and/or productionf.Type of Contractg.Period of Performanceh.Original Contract $ Value and Current Contract & Valuei.Original Completion Data and Current Completion Datej.Name, address and telephone number of Government Program Director/Manager, Administrative Contracting Officer (ACO) and Procuring Contracting Officer (PCO).4.Organizational Conflict of Interest (OCI): Provide your approach to OCI avoidance, non-disclosure of information and protecting intellectual property and business interests of prime contractors and small businesses. An OCI mitigation plan should be included. This plan does not count towards the page limit.5.Any other information you think we need to evaluate your capabilities. Any information submitted by respondents to this synopsis is strictly voluntary. The Government will not reimburse the respondents for any costs associated with their response. This synopsis does not constitute a Request for Proposals nor does its issuance restrict the Government as to its ultimate acquisition approach. The Government reserves the right to contact the submitting parties, on an as required basis, for further clarification on material provided. Contractor Experience:The DAASC project focuses on the eventual replacement of the Global Exchange (GEX) GOTS software with the webMethods, highly available, secure hardware solution. This will provide greater support to the warfighter by ensuring that critical applications are kept current with technology, available 24x7, 365 days per year and provides the best value to the government through transaction monitoring/processing technologies and is a high priority for DoD.DAASC urgently needs a contractor able to respond to critical program requirements within weeks for support of upcoming tasks funded under the new contract. This work requires a contractor with experience in DoD organizations and missions, and, more importantly, with the DAASC Project. The critical nature of the program prevents DAASC from accepting any interruption in support or discontinuation of experience. Due to the aforementioned, there will be no transition time allowed upon the award of the contract. Respondents are requested to provide a brief description of their teams capability and approach to supplying the Draft BOM. Address briefly how you/your team will perform this work. Please demonstrate your companies capability to deliver hardware and software materials to the delivery location in the time allotted in the awarded contract. The Government reserves the right to contact additional customers to obtain information that will be used to evaluate the offerors experience. Contract Details: This acquisition will be open to all type businesses, meeting the Contractor Experience criteria, using commercial buying procedures. Commercial items and non-developmental items are procured under FAR Part 12 procedures. Firm Fixed Price (FFP) type pricing arrangement will be utilized. NAICS Code is 334119. Size standard is 1,000 employees. We will utilize the Best Value technique of Lowest Price Technically Acceptable (LPTA) to make a Best Value Award decision. CCR Registration: http://www.ccr.gov/Start.aspxIf you are a business interested in doing business with the U.S. Federal Government, you must be registered in CCR. It is advisable to begin registration now. For more information on "WebMethods Production and Staging Environment", please refer to: https://pixs.wpafb.af.mil/pixs_solicitation.asp?id=5920
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=c24490a8ed494d7b0c039c6c365619a5&tab=core&_cview=1)
- Record
- SN01710227-W 20081127/081125215745-832640ac61a4b06cb8452b5af2a7443e (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 |