SOURCES SOUGHT
D -- DISA Computing Services, Systems Management Center (SMC) Montgomery Technical and Operations Support
- Notice Date
- 7/9/2009
- Notice Type
- Sources Sought
- 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
- E200257
- Archive Date
- 8/7/2009
- Point of Contact
- Erica Potthast, Phone: 6182299248
- E-Mail Address
-
erica.potthast@disa.mil
(erica.potthast@disa.mil)
- Small Business Set-Aside
- N/A
- Description
- Request for Information (RFI) for DEFENSE INFORMATION SYSTEMS AGENCY (DISA) DISA COMPUTING SERVICES, SYSTEMS MANAGEMENT CENTER (SMC) MONTGOMERY TECHNICAL AND OPERATIONS SUPPORT <h4>Contracting Office Address:</h4> Defense Information Systems Agency, DITCO-Scott PL8313, P.O. 2300 East Drive, Bldg 3600, Scott AFB, IL, 62225-5406 <h4>Description:</h4> 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 services relating to the following: All aspects of Service Management support required by DISA Systems Management Center (SMC) Montgomery, located at the DISA Facility, Maxwell AFB-Gunter Annex, AL. SMC Montgomery is broken into four organizational elements, Service Operations, Technical Support, Armed Forces Health Longitudinal Technology Application (AHLTA), and Information Assurance (IA)/Facilities support. The Service Desks (SD) are focused on the delivery and support of customer services on a 24x7x365 day basis. The SDs consist of Customer Support Professionals, senior UNIX and WINDOWS systems administrators, senior application support specialists, and network analysts. The Technical Support Division focuses on system support, and consists of senior UNIX, Windows, and Linux System and Database Administrators, senior application support technicians, and storage management specialists. Tech Support is also responsible for Systems Security, which includes the Operating System, Database, and Web application. Configuration, Change and Asset Management resides (referred to as Control Services) within Tech Support, as well as limited local area network, Community of Interest and Business to Business network technical support. Control Services provides oversight for the life cycle of all asset changes and configurations and local management for the raised floor. This Tech Support staff will work 8x5 and on call. The IA/Facilities division tasks include electrical and mechanical facilities engineers, and security oversight staff, working on a 8x5 and on-call schedule. Specific tasks includes project and systems management, system processing strategies, mid-tier, client-server installation, processing and recoveries, database administration, system administration, change, configuration and asset management, (control services), facilities management, LAN support, computer performance analysis, workload balancing, specialized training, special studies and analysis, and centralized and remote enterprise server management. Individuals assigned to the Control Services area should have an understanding of how the 3 processes function in an Information Technology Infrastructure Library (ITIL) aligned organization. Historically, this effort requires approximately 150 Full Time Equivalents (FTEs) at an estimated life cycle cost (5 years) of $110M. 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 DISA SMC Montgomery in formulating an acquisition strategy that fairly considers small business ability to participate in the acquisition, either as prime contractors or as subcontractors. <h4>Sources Sought</h4> 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, Historically Black Colleges and Universities/Minority Institutions, 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. In order to make a determination for a small business set-aside, two or more qualified and capable small businesses must submit responses that demonstrate their qualifications. 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 14 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 three years or work that is on-going) 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, experience and capabilities to perform the following: a) Remote and distributed systems management with the ability to quickly isolate, diagnose and resolve highly technical Operating System, Database, and/or application issues affecting system capability and availability for servers located around the world. b) Processes involved in the Information Technology Infrastructure Library (ITIL) Framework and experienced with the various Information Technology Service Management disciplines: release management, infrastructure availability management, capacity management, change management, configuration management, incident management, problem management, continual service improvement, service level measurements, computer operations, communication, and network. c) Support service desk management, employing trouble-ticketing tools such as TMS Remedy trouble-ticketing systems and supporting account administration. d) Extensive Information Assurance background to support such audits as Statement of Auditing Standards 70 (SAS-70) and Certification and Accreditation reviews resulting in positive determinations. e) Support various Operating Environments to include HP-UX, Solaris, Red Hat Linux, and Windows 2000/2003/2008 in operations, security, design, planning and implementation, maintenance, monitoring and problem/outage resolution of client-server computer system communications. must be able to document, train, advise and troubleshoot Operating System, web, and database issues, as well as customer interface issues. f) Ability to obtain and maintain an IA certification appropriate to their assigned position for all personnel IAW DoD Directive 8570.1M. <h4>Responses</h4> Responses to this RFI are to be submitted by e-mail to Erica.Potthast@disa.mil and RECEIVED by COB 23 July 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.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DISA/D4AD/DITCO/E200257/listing.html)
- Record
- SN01870029-W 20090711/090709235626-6e72ea86d581a3ea55fb7c70ec738e39 (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 |