SOURCES SOUGHT
A -- RFI - Defense Information Systems Agency (DISA) Net-centric Requirements, Assessments, Analysis & Engineering Studies
- Notice Date
- 1/14/2010
- Notice Type
- Sources Sought
- NAICS
- 541512
— Computer Systems Design Services
- 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
- DISAGE342
- Archive Date
- 2/12/2010
- Point of Contact
- Matthew C. Poole, , Jerl S Traylor,
- E-Mail Address
-
matthew.poole@disa.mil, jerl.traylor@disa.mil
(matthew.poole@disa.mil, jerl.traylor@disa.mil)
- Small Business Set-Aside
- N/A
- Description
- Request for Information (RFI) for Defense Information Systems Agency (DISA) Net-centric Requirements, Assessments, Analysis & Engineering Studies <h4>Contracting Office Address:</h4> Defense Information Systems Agency, DITCO- NCR PL6 <h4>Description:</h4> PURPOSE : The Defense Information Systems Agency (DISA), End to End Performance Analysis Branch (GE342) in Falls Church, VA, is conducting this Request for Information (RFI) as market research to determine sources with competencies to support Global Information Grid (GIG) Engineering, Modeling, Simulation and Analysis Support Services for the End to End Performance Analysis Branch. The GE342 Branch is part of the Modeling and Simulation Division (GE34) which resides in the DISA Systems Engineering Center (GE3). The Systems Engineering Center's principal mission and functions center on providing architecture, systems engineering, IT Standards, modeling and simulation analysis, and Global Information Grid (GIG) enterprise engineering for DISA programs and its customers. The objective of this effort is to obtain contractor support for GE342 for a variety of engineering studies, performance assessments, modeling and test events in support of developmental and existing net-centric and legacy information systems, applications, and services (ISA&S) within DISA. These are highly variable tasks often six months or less in duration requiring diverse skill mixes on UNIX, LINUX and Windows based applications being used to support DoD enterprise level implementations. 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 the capability for possible contractor support organizations to provide specialized engineering and analysis skills tailored to each project we are asked to support to augment the existing skill mix within the Branch. 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 support for providing a variety of modeling, simulation, and engineering support activities for complex DoD systems. Each interested contractor is requested to provide a 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. <h4>Sources Sought:</h4> This Sources Sought Synopsis is requesting responses to the following criteria from small businesses that can provide the required services under the North American Industry Classification System (NAICS) Code 541512. 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 two or more qualified and capable Small Businesses to provide the aforementioned service. 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. The selected contractor will also be required to be capable of developing and storing classified information at their facility. 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 541512 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, 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: Each interested contractor is requested to submit a maximum 15 page statement of their knowledge and capabilities to perform the following: Support GE342 efforts with network instrumentation systems on large scale complex systems. This includes data capture, analysis, prediction, and diagnostics/troubleshooting for enterprise scale DoD information systems, applications, and services (ISA&S) using various automated analysis tools on SIPRnet and NIPRnet. This will focus on performance assessments, how measured and how assessed, for complex DoD ISA&S. Please discuss experience with Windows, UNIX and LINUX based systems at the enterprise level. Provide support in the development of discrete event simulation models of complex ISA&S to support performance assessments and predictions from both end-user and service provider point of view. Representative simulations would be expected to support decision-making at the executive DISA, Joint Staff, and OASD (NII) level. Develop documentation and artifacts in support of maintaining and acquiring compliance with DISA's Systems Engineering Dashboard and the DoD Information Assurance Certification and Accreditation Process (DIACAP) process for tools and applications used by GE342 in connection with the modeling, simulation, and analysis efforts. These would usually be commercially available items being brought into usage within the DoD controlled networks for the first time. Provide design, development support of GE342 assessment tools and applications. Provide IA related system administration for all system components. Assist in transition of systems to Defense Enterprise Computing Center (DECC) environment managed by the DISA Computing Services Directorate (CSD). This would include engineering design and analysis for implementing test level through enterprise level application suites for systems being moved to a DECC, or being implemented anew, with awareness of CSD and DECC unique issues impacting implementation alternatives. Provide support for presentations, conducting training, and participation in GE342 evaluations such as for new ISA&S analysis tools and simulation modeling tools. Discuss experience with supporting decision briefings on complex application issues at the senior executive levels of DoD programs with projected life cycle costs exceeding one billion then-year dollars. <h4> </h4> <h4>Responses:</h4> Responses should include the (1) business name and address; (2) name of company representative and their business title; (3) rough order of magnitude (ROM) for the technical services described above (broken out by base year and 4 option years); and (4) contract vehicles available that would be available to the Government for the procurement of the product and service, to include General Service Administration (GSA) Federal Supply Schedules (FSS), or any other Government Agency contract vehicle and (5) recommended contract type (FFP, CPFF, CPIF, etc.) to satisfy the requirements for this program. The anticipated contract may have indefinite quantities. The period of performance anticipated is for a base year with options. The responses should be in a white paper format, no longer than fifteen (15) pages in length and add one (1) appendix that consists of at least two past performances to include Government points of contact describing the vendor's capabilities. Each contractor responding to this RFI should send responses via email NLT 28 January 2010 at 2:00 PM Eastern Standard Time (EST). The response should not exceed a 5 MB e-mail limit for all items associated with the RFI response. The responses should be sent to Mr. Matthew Poole at matthew.poole@disa.mil. 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/DTN/DISAGE342/listing.html)
- Place of Performance
- Address: Falls Church, Virginia, United States
- Record
- SN02042164-W 20100116/100114234207-b8716377b63626e9850a9c6aac1d4dc2 (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 |