SOURCES SOUGHT
R -- Defense Logistics Management Standard Office
- Notice Date
- 12/1/2009
- Notice Type
- Sources Sought
- NAICS
- 541511
— Custom Computer Programming 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
- J62509246999
- Archive Date
- 12/29/2009
- Point of Contact
- Anthony J. Williams, Phone: 7037671181
- E-Mail Address
-
anthony.j.williams@dla.mil
(anthony.j.williams@dla.mil)
- Small Business Set-Aside
- N/A
- Description
- COMBINATION REQUEST FOR INFORMATION/SOURCES SOUGHT Issued by The Defense Logistics Agency (DLA), DLA Contracting Services Office-Headquarters (DCSO-H), Andrew T. McNamara Building, 8725 John J. Kingman Road, Fort Belvoir, VA 22060-6221, intends to procure services in support of business rules and electronic data interchange (EDI) standard management for a requirement entitled “Defense Logistics Management Standard Office DoD Logistics Business Modernization and Interoperability”. This is a sources sought notice intended for informational and planning purposes only. The purpose of this Sources Sought Notice is to identify organizations with the capability to perform this effort and assess the competitiveness of the market. This is not a request for quotes nor is it a request for proposal. The Government shall not be liable for or suffer any consequential damages for any technical information that may be provided. The Government does not intend to award a contract on the basis of this notice nor otherwise pay for information/items provided in response to this notice. A determination by the Government not to compete this requirement based upon responses to this notice is solely within the discretion of the Government. BACKGROUND: DLMSO’s mission is to facilitate continuous enterprise integration process improvements to logistics management and operations by maintaining the capability to communicate standard logistics information while expanding support to new initiatives. As a DoD enterprise services provider, DLMSO is charged with the responsibility to execute and administer the DoD-wide program for management of commercial and legacy system business rules and EDI/XML standards associated with those rules. As the DoD Executive Agent for logistics data interchange, DLMSO works in concert with the Defense Automatic Addressing System Center (DAASC) and the Defense Logistics Information Service (DLIS) to provide the DoD logistics enterprise support. DLMSO is also charged with the responsibility to execute and administer logistics systems interoperability support services, which transcend the functional processes. These support services must be interoperable across the entire DoD Supply Chain (e.g., transportation, finance, acquisition, maintenance, and supply). Description: This document sets forth the services needed by the Defense Logistics Management Standards Office (DLMSO) to develop and maintain the underlying framework and strategy to implement policies and procedures in support of achieving logistics interoperability within the Department of Defense (DoD). The Contractor's primary duty shall be the development, documentation and management of the business processes, data elements, and information exchange business transaction standards supporting the functional logistics business areas of supply, acquisition (contract administration), finance, and maintenance, which are governed by the Defense Logistics Management System (DLMS), to include at a minimum Electronic Data Interchange (EDI), EDI based-extensible Markup Language (XML), Core Component Type (CCT)-based-XML and emerging standards. The Contractor is also responsible for the development, documentation, and management of logistics systems interoperability support services, to include, at a minimum, the DoD Activity Address Directory (DoDAAD), Military Assistance Program Address Directory (MAPAD), Logistics Metrics Analysis Reporting System (LMARS) and Logistics Data Resource Management System (LOGDRMS). These functional and logistics systems interoperability support services are governed by or documented in the DLMS series of manuals. Description of Information Requested The RFI submitters are requested to address and provide information as follows: 1.DLA welcomes comments, capability packages and experience with maintaining content in electronic repository, websites, assess the impact of industry components, regulations, instructions, directives on policy and procedures concerning Electronic Data Interchange and XML Provide contract number and point of contact information for current or past contract for similar services 2.Name and address of the company or organization General information Interested businesses should submit capability packages. Small businesses that are certified and qualified as a small business concern under NAICS code (541511) with a size standard of $25.0M are encouraged to submit their capability packages. If capability packages are not received from at least two responsible small business concerns by the response date or if the Government determines that no small businesses are capable of performing this requirement based upon an evaluation of the capability package submissions, this requirement shall be solicited under full and open procedures. DLA anticipates the award of one (1) Firm-Fixed Price type contract. It is anticipated that the contract will be awarded by May 30, 2010. The issuance of a formal Request for Proposal (RFP) is anticipated on or about February 28, 2010. How to respond Interested firms may email capabilities statements or questions no later than, December 14, 2009, by 12:00 PM EST. Submit electronic response to Mr. Anthony Williams at email: anthony.j.williams@dla.mil. Submissions must be on white bond paper, 12-point font size, and 1-inch margins. Authorized document formats include Adobe (.pdf), Microsoft Word (.doc), or Rich Text Format (.rtf). Point of Contact For further information or questions for this proposed action, please contact Anthony Williams, phone 703-767-1181, email: anthony.j.williams@dla.mil. Disclaimer It is not the intent of DLA to publicly disclose vendor proprietary information obtained during the issuance of this RFI. To the full extent that it is protected pursuant to the Freedom of Information Act and other laws and regulations, information identified by a respondents as “Proprietary or Confidential” will be kept confidential. It is emphasized that this RFI is for planning and informational purposes only and is NOT to be construed as a commitment by the Government to enter into a contractual agreement, nor will the Government pay for information solicited.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DLA/J3/DLA-DSS/J62509246999/listing.html)
- Place of Performance
- Address: The Defense Logistics Agency (DLA), DLA Contracting Services Office-Headquarters (DCSO-H), Andrew T. McNamara Building, 8725 John J. Kingman Road, Fort Belvoir, VA 22060-6221, United States
- Zip Code: 22060-6221
- Zip Code: 22060-6221
- Record
- SN02013847-W 20091203/091201235606-3399a1cd33039227607ef219cec79e77 (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 |