Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 23, 2009 FBO #2615
SOLICITATION NOTICE

D -- Unified Communications and Collaboration Engineering Office Support

Notice Date
1/21/2009
 
Notice Type
Modification/Amendment
 
NAICS
541712 — Research and Development in the Physical, Engineering, and Life Sciences (except Biotechnology)
 
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
E200166_00
 
Response Due
1/27/2009
 
Archive Date
2/11/2009
 
Point of Contact
Steven W Francoeur,, Phone: 618-229-9672, Jane M Uhles,, Phone: 618-229-9458
 
E-Mail Address
steven.francoeur@disa.mil, jane.uhles@disa.mil
 
Small Business Set-Aside
N/A
 
Description
Request for Information (RFI) for Unified Communications and Collaboration Engineering Office 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 purpose of this Request for Information (RFI) is to conduct market research which will be used to formulate an acquisition strategy to procure Unified Communications and Collaboration Engineering Office Support. This RFI is issued solely for information and planning purposes and does not constitute a Request for Proposal or a promise to issue a Request for Proposal in the future. This RFI does not commit the Government to contract for any supply or service. Respondents are advised that the U.S. Government will not pay for any information or administrative costs incurred in responding to this RFI. TARGET AUDIENCE: In particular, only small businesses are requested to respond to this RFI to assist the DISA GIG Engineering Center in formulating an acquisition strategy that fairly considers small business ability to participate in the acquisition, either as prime contractors or as subcontractors. Sources Sought This Sources Sought Synopsis is requesting responses to the following criteria ONLY from small businesses that can provide the required services under the North American Industry Classification System (NAICS) Code 541712. 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, Small Disadvantaged Small Businesses, Small Business Joint Ventures, Consortiums and Teaming Partners. This Sources Sought Synopsis is issued to assist the agency in performing market research to determine whether or not there are qualified and capable Small Businesses to provide the aforementioned service. Two or more qualified and capable small businesses must submit responses that demonstrate their qualifications to make a determination for a small business set-aside. Responses must demonstrate the company's ability to perform in accordance with the Limitations on Subcontracting clause (FAR 52.219-14). Interested small businesses meeting the small business standard of NAICS code 541712 are requested to submit a response to the Contracting Officer within 7 calendar days of issuance of this RFI. Late responses will not be considered. Responses should provide the business's DUNS number and CAGE code and include a statement of self certification under the NAICS code. Additionally, responses should include recent (within the past five years) and relevant experience (work similar in type and scope) to include contract numbers, project titles, dollar amounts, and points of contact with telephone numbers where the responder performed the relevant work. Marketing brochures and/or generic company literature will not be considered. Not addressing all the requested information may result in the Government determining the responder is not capable of performing the scope of work required. Requested Information: Interested vendors are requested to submit a maximum 6 page statement of their knowledge and capabilities to perform the following: a. Experience and in-depth knowledge of Federated Instant Messaging/Chat and Presence Awareness, Real Time Services, Standards, Enterprise Architectures, Information assurance, and Network Operations b. Experience and in-depth knowledge of synchronous and asynchronous communications and collaboration. Demonstrate any experience with unified communications & collaboration concepts, services or tools. c. Experience with developing business cases with uses cases. d. Experience and knowledge of computer networking, a full range of IT security principles, concepts, practices, products, services and methods for understanding issues arising from aligning policy with implementation methods e. Experience in developing an Information Assurance Plan for a general IT infrastructure. f. Experience in supporting policy, guidance, and requirements within OSD and/or Joint Staff. g. Experience in developing high level enterprise architectures. h. The ability to develop the strategy for Extensible Messaging and Presence Protocol (XMPP)-based chat federation (including identification of necessary enterprise services such as directory and authentication services) with respect to evaluating Standards, Network Operations, and Information Assurance as they relate to Federated Chat. i. The ability to develop and document a Federated Instant Messaging/Chat & Presence Awareness Chat Governance Process with respects to utilizing XMPP, Systems Services Interface, Network Communications, ports and protocols, and hardware/software services. j. The ability to develop a Unified Communications & Collaboration Strategic Plan with respect to developing and documenting a clear path to promote a unified communications and collaboration vision and strategy to major DoD programs in the services and Combatant Commands. (COCOMs). k. The ability to address an engineering approach to implementing Unified Communications & Collaboration technology. l. The ability to develop a high level Unified Communications & Collaboration Architecture, Network Operations and Assured Service architectures. m. The ability to perform secretariat duties supporting OSD related tasks. Responses Responses to this RFI are be submitted by e-mail to Steven.Francoeur@disa.mil and RECEIVED by COB 27 January 2009. Responses must be single-spaced, Times New Roman, 12 point font, with one inch margins, and compatible with MS Office Word 2003. 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. Points of Contact Contracting Officer: Jane M. Uhles Phone: 618-229-9458 E-Mail: Jane.Uhles@disa.mil Contract Specialist: Steven W. Francoeur Phone: 618-229-9672 E-Mail: Steven.Francoeur@disa.mil Question: Is this a new requirement, or is it a follow-on effort to a current contract? Answer: This is a new requirement.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=ed2b589de3b01e315cf1ddd5159b1988&tab=core&_cview=1)
 
Place of Performance
Address: 5275 Leesburg Pike, Falls Church, Virginia, 22041, United States
Zip Code: 22041
 
Record
SN01735406-W 20090123/090121215154-ed2b589de3b01e315cf1ddd5159b1988 (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.