Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 29, 2009 FBO #2680
SOURCES SOUGHT

R -- (Sources Sought) DOD EMALL Technology Enhancement and Sustainment Program Services

Notice Date
3/27/2009
 
Notice Type
Sources Sought
 
NAICS
541512 — Computer Systems Design Services
 
Contracting Office
Defense Logistics Agency, DLA Acquisition Locations, DLA Contracting Support Office, 8725 John J. Kingman Road, Suite 0119, Fort Belvoir, Virginia, 22060-6220, United States
 
ZIP Code
22060-6220
 
Solicitation Number
SP4701-09-Q-JKR1
 
Point of Contact
Joanne K Reinert,, Phone: 2157378347, Robert Zarrilli,,
 
E-Mail Address
joanne.reinert@dla.mil, robert.zarrilli@dla.mil
 
Small Business Set-Aside
N/A
 
Description
The purpose of this source sought synopsis is to gain knowledge of potential qualified industry sources for providing Technology Enhancement and Sustainment Services for the Defense Logistics Agency’s (DLA) Defense Logistics Information Service (DLIS). This sources sought synopsis is for informational and planning purposes only and does not constitute a solicitation for bid or proposals. It is not to be interpreted as a commitment by the Government. This sources sought synopsis contains the most current information available. DLA intends to acquire, for its DOD EMALL E-Commerce system, a world-class e-Commerce Portal. In order to accomplish this goal, DLA requires technology enhancement and sustainment services for its DOD EMALL E-Commerce Program. DLA envisions the outcome of this effort to be a DOD EMALL E-Commerce system comparable to those operating in the commercial sector. DLA requires technology enhancement and sustainment services for its DOD Electronic Mall (DOD EMALL). DOD EMALL is an e-commerce ordering system specifically designed to meet the needs of DOD, state, and local unique customer base. Minimum services to be delivered under the resulting contract will include requirements meeting DOD standards and incorporates industry best practices for software application services. This includes specific support in program management; system requirements and design analysis; coordinated environment, architecture, infrastructure, integration, and maintenance; application and database performance reporting; Information Assurance; testing management and oversight; configuration management/software version; web development and Section 508 adherence; modernization design and production support; production system support; change request/problem report resolution support; continuous modernization services; website development and future development and capability expertise services; and other services as well. The contractor is required to have experience in DOD Information Assurance sufficiently to adeptly and expediently handle all DOD Information Assurance requirements. In addition, the contractor is required to adequately handle all issues pertinent to the Government and specifically, DOD requirements. A teaming arrangement is envisioned for the services described above and the Government intends to use Federal Acquisition Regulation Parts 8 in order to obtain the required services. The teaming arrangement will require a minimum percentage of small- and disadvantaged business involvement, and vendors considering responding to this sources sought synopsis shall note that the expertise and cohesion of the teaming arrangement will be a factor in the evaluation of a vendor’s technical expertise. Vendors will be required to demonstrate the capability to assemble, control and direct a viable, adept teaming arrangement to accomplish the effort required. After receipt and review of the responses to this Notice, DLA intends to issue a solicitation. The information contained in this notice will be the only information provided by the DLA during the Sources Sought process. Contractors who believe they possess the demonstrated expertise and experience adequate to perform diligently are encouraged to submit a statement of their capabilities (Capability Statement) to DCSO-Philadelphia point of contact J. Reinert (joanne.reinert@dla.mil) not later than 12:00 noon local time, on 10 Apr 2009. With its Capability Statement, an interested firm shall indicate whether or not it is a large business, small business, small disadvantage business, woman owned business, or other type as well as the status of its intended team members. The Capability Statement itself shall not exceed five (5) pages in length. Responders to this sources sought synopsis should include with the Capability Statement, the following information: company name, address, point of contact, email address for that contact, phone number, and fax number.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=088527726cd6cce81d1ee0e8470d3efe&tab=core&_cview=1)
 
Place of Performance
Address: Battle Creek, Michigan, 49014, United States
Zip Code: 49014
 
Record
SN01780108-W 20090329/090327220553-088527726cd6cce81d1ee0e8470d3efe (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.