SOURCES SOUGHT
D -- Rapid Time Phased Force Deployment Data (TPFDD) Builder (RTB) - RTB Requirements
- Notice Date
- 10/1/2009
- 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-NCR, P.O. 4502, Arlington, Virginia, 22204-4502, United States
- ZIP Code
- 22204-4502
- Solicitation Number
- TPFDD-RTB
- Archive Date
- 10/24/2009
- Point of Contact
- Randy Dreyer,
- E-Mail Address
-
Randy.Dreyer@disa.mil
(Randy.Dreyer@disa.mil)
- Small Business Set-Aside
- N/A
- Description
- RTB Requirements 1. Introduction: The Defense Information Systems Agency (DISA) hereby issues a Request for Information (RFI) to identify sources for technical and development support to satisfy a need for the development of the Rapid Time Phased Force Deployment Data (TPFDD) Builder (RTB) tool as part of the Adaptive Planning and Execution (APEX) environment. THE GOVERNMENT DOES NOT INTEND TO AWARD A CONTRACT ON THE BASIS OF THIS RFI OR TO OTHERWISE PAY FOR INFORMATION RECEIVED IN RESPONSE TO THIS RFI. This RFI is issued for information and planning purposes only and does not constitute a solicitation. Information provided in response to this RFI will be used to assess tradeoffs and alternatives to determining how to proceed in the acquisition process for the RTB tool. Industry responses will be used by the government to assess feasibility, technical solutions, and acquisition approaches for this request. The Government requests that no proprietary information be provided in response to this RFI. Responses to the RFI will not be returned. 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. Background: APEX is the Department of Defense's methodology for constructing timely and agile war plans that achieve national security objectives. Currently the Department of Defense has several operational capabilities and systems that provide functionality to support the APEX business process. The RTB is a proposed capability that has been identified by the Joint Staff as necessary to field a robust and enhanced APEX capability throughout the Department of Defense. RTB will be a web-based technology that: A. Provides the capability to create a plan with Plan Identification (PID). B. Identifies the forces for that plan. C. Develops a campaign plan processing the time phased force and civil support flow data for DoD transportation required for OCONUS operation and CONUS/domestic Emergency Support Functions (ESF). D. Assists the Combatant Commanders and their Service Components and DoD joint activities in day-to-day operations, and crisis action and contingency planning E. Allows geographically disperse staffs to conduct collaborative Campaign Planning, to produce a strategic movement plan including the TPFDD. F. Interfaces with the Joint Operation Planning and Execution System (JOPES) to access data. The DISA APEX PMO is responsible for providing adaptive planning and execution/force projection capabilities that will be accessible in a net-centric environment and will focus on providing the joint forces commander with the data and information needed to make timely, effective, and informed decisions. The APEX strategy will provide new capabilities as well as evolve current disparate planning capabilities into a fully integrated, interoperable, and collaborative joint solution. The APEX capability will provide functionality to support dynamic campaign planning, forecast predictions, information management, and rapid execution for both deliberate and crisis action planning. The DISA APEX PMO is responsible for the development/modernization, integration, testing, and fielding of APEX enterprise capabilities for the Warfighter on the Global Information Grid (GIG). Interested vendors should reference the Requirements Document that includes requirements that will compose a planned RFP. The Requirements Document is added as an attachment to this notice. This Requirements Document is provided to help prepare industry as well as to ascertain whether a sufficient number of small businesses are capability of providing the requirements listed. The final PWS will incorporate both internal government-generated comments as well as feedback received from this RFI. All RFI responses are due no later than 1:00 p.m. EST, 9 October 2009. It is requested that responses be limited to 10 pages. 2. Questions: Responses to this RFI should address the following questions. A. Vendor Information i. What is/are the company name(s)? ii. What is the size of your company? iii. What is the point of contact (POC)? iv. What is/are the company(ies) web site URL(s)? v. What Adaptive Planning or Command and Control (C2) service(s)/product(s) is/are offered by the company? vi. Describe the named service(s)/product(s). B. Requirements i. Do you understand the objectives and characteristics stated to manage the RTB capability? ii. Demonstrate your ability and experience with managing similar requirement to those listed in the Requirements Document. iii. Demonstrate your ability to develop software components similar to RTB. iv. Describe your experience working with and developing applications that interface to the Joint Operation Planning and Execution System (JOPES). v. Please provide an overview of how your solution would be able to fully satisfy all the requirements listed in the Requirements Document. If you are unable to meet all the requirements listed, please describe how your solution partially satisfies the requirements. vi. What kind of experience does the vendor have in developing SOA solutions? vii. What kind of experience does the vendor have in integrating with NCES services? viii. What kind of expertise does the vendor have in integrating different products developed by others? ix. Describe your experience working with and developing C2 applications that interface with other C2 applications, data sources. x. Provide a short description of your software development processes in support of C2 applications to include details on typical length of time spent on requirements analysis, design, and testing. xi. Describe your knowledge, experiences in agile software development. xii. Provide a short description of your experience with SOA frameworks and implementing SOA solutions. xiii. Provide a short description of your experience with integrating disparate commercial-off-the-shelf (COTS) and government-off-the-shelf (GOTS) products. xiv. What, if any, additional comments does the vendor have for the listed requirements? 3. How to respond to this RFI: Please limit responses to 10 pages and submit one soft copy in a Microsoft Office compatible format to the Contracting Specialist, Randy Dreyer (Randy.Dreyer@disa.mil). Email size is limited to 5MB. Any questions regarding this RFI must be submitted via email to the appropriate email address. The Government may request additional information or discuss information received in responses to this RFI with individual responders. DISA shall consider meeting individually with interested respondents. Submissions should occur by 1:00 p.m EST 9 October 2009.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DISA/D4AD/DTN/TPFDD-RTB/listing.html)
- Place of Performance
- Address: Falls Church, Virginia, 22041, United States
- Zip Code: 22041
- Zip Code: 22041
- Record
- SN01978314-W 20091003/091001235936-ef67659e53d1812aa5d7c538b580c8fb (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 |