SOURCES SOUGHT
D -- LARGE SCALE ENTERPRISE DIRECTORY SERVICES ENGINEERING SUPPORT
- Notice Date
- 8/19/2009
- 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
- LSEDSES
- Archive Date
- 9/10/2009
- Point of Contact
- Anne K Keller, Phone: 618-229-9504
- E-Mail Address
-
anne.keller@disa.mil
(anne.keller@disa.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- <h4>Contracting Office Address:</h4> Defense Information Systems Agency, DITCO-Scott PL8311, 2300 East Drive, Bldg 3600, Scott AFB, IL, 62225-5406 <h4>Description:</h4> PURPOSE : The Defense Information Systems Agency (DISA), Program Executive Office - Mission Assurance (PEO-MA), is conducting this Request for Information (RFI) as market research to determine sources with CORE competencies and demonstrated experience in large scale enterprise directory services development, integration, and deployment. The area of focus is engineering support to develop, integrate, and deploy system and capability enhancements to the two existing DISA enterprise directory services, i.e. Global Directory Services (GDS) and Joint Enterprise Directory Services (JEDS). Both GDS and JEDS are large scale Lightweight Directory Access Protocol (LDAP) enterprise directory services of 3 plus million entries running on Red Hat Linux servers and involve the Defense Information Network System (DISN) meta-directory data synchronization with numerous other DoD Component LDAP and Microsoft Active Directory directory services. THE GOVERNMENT DOES NOT INTEND TO AWARD A CONTRACT ON THE BASIS OF THIS RFI OR REIMBURSE ANY COSTS ASSOCIATED WITH THE PREPARATION OF RESPONSES TO THIS RFI. This RFI is issued solely for information and planning purposes and does not constitute a solicitation. All information received in response to this RFI marked Proprietary will be handled accordingly. Responses to the RFI will not be returned. Whatever information is provided in response to this RFI will be used to assess tradeoffs and alternatives available for determining how to proceed in the acquisition process for Enterprise Directory Services contracts. In accordance with FAR 15.201(e), responses to this RFI are not offers and cannot be accepted by the Government to form a binding contract. This RFI is a request for interested parties to describe their technical capabilities and demonstrated experience with system development, integration, deployment, accreditation, product evaluations, and technical support of large scale LDAP enterprise directory services of 3 plus million entries running on Red Hat Linux servers and across the wide area network (WAN) meta-directory data synchronization with multiple LDAP or Microsoft Active Directory based directory services. All interested contractors are requested to provide written response to the questions below. A response to this RFI is necessary in order to assist DISA in determining the potential levels of interest, adequate competition, and technical capability within the Small Business Community to provide the required services. In addition, this information will also be used to assist DISA in establishing a basis for developing any subsequent potential subcontract/small business participation plan and/or small business goal percentages. TARGET AUDIENCE : In particular, only small businesses are requested to respond to this RFI to assist the DISA in formulating an acquisition strategy that fairly considers small business ability to participate in the acquisition, either as prime contractors or as subcontractors. DISA-MA IA4 has and will be issuing 2 distinct contract efforts, one for the Operations and Maintenance and one for the Engineering and Technical Support of EDS. The winner of one contract effort will be precluded from winning the other contract effort because of OCI considerations. Companies that develop and or provide enterprise directory products should note that efforts under this contract would preclude them from bidding their products on future enterprise directory efforts worked on as part of this anticipated contract. <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. Small businesses must submit responses that demonstrate their qualifications to make a determination for a small business set-aside. Please note that personnel with current DoD Secret clearances (minimum) and specified personnel with current DoD Top Secret clearance will be required at contract award. 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 three years or work that is on-going) and relevant experience (work similar in type, scope, and complexity) to include contract numbers, project titles, dollar amounts, and points of contact with telephone numbers where the responder performed the relevant work. Provide a list of the current contract vehicles your services may be procured from, to include the General Service Administration (GSA), Federal Supply Schedule (FSS) and any other government contract vehicle. 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 15 page statement of their knowledge and capabilities to perform the following: •a) Describe your experience managing the technical and functional activities associated with development, integration, and deployment large scale LDAP enterprise directory services of 3 plus million entries. The experience should include, but not be limited to: experienced technical staffing which possesses, at a minimum, a current DoD Secret clearance; and maintaining a contract workforce of at least 10 FTEs. •b) Describe your experience in providing the Government with management and technical support in designing and implementing -directory data synchronization with other LDAP and Microsoft Active Directory based directory services. This should include experience in analyzing directory schema structure with an understanding of mapping attributes fields for automated data transfers and synchronization using commercial meta-directory and identity management products. •c) Describe your experience in supporting or implementing system Certification and Accreditation (C&A) efforts through the DoD Information Assurance Certification and Accreditation Process (DIACAP) by providing examples of successfully fielded system deployments. •d) Describe your experience and ability to work with the following types commercial software products that form the basis of DISA's enterprise directory services architecture. Include any reseller or unique support relationship with the vendors of these products. •· Red Hat Linux Operating System •· Linux or UNIX based LDAP Directory Service products from Red Hat, Novell, Computer Associates, IBM, and Sun. •· Java based meta-directory synchronization and virtualization products from Radiant Logic, Novell, IBM, Computer Associates, or Sun. <h4>Responses:</h4> Interested vendors should forward their capabilities and other information to be considered to PEO_IANACQUISITION@disa.mil. Responses to this RFI are to be submitted by and RECEIVED by COB 26 August 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. <h4>Points of Contact:</h4> All inquiries and questions related to this RFI should be sent to the following Point of Contact: Robert Richardson, Program Manager, at 703-882-1818, robert.richardson@disa.mil
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DISA/D4AD/DITCO/LSEDSES/listing.html)
- Record
- SN01918117-W 20090821/090820000928-256585b4c58b23c47e8a7b234975e93a (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 |