Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 12, 2010 FBO #3091
SOURCES SOUGHT

D -- NGIC System Parametric Information Relational Intelligence Tool (SPIRIT)

Notice Date
5/10/2010
 
Notice Type
Sources Sought
 
NAICS
541519 — Other Computer Related Services
 
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
MAC0001
 
Archive Date
5/29/2010
 
Point of Contact
Brittney Kramper,
 
E-Mail Address
brittney.kramper@disa.mil
(brittney.kramper@disa.mil)
 
Small Business Set-Aside
N/A
 
Description
Request for Information (RFI) for NGIC System Parametric Information Relational Intelligence Tool (SPIRIT) Contracting Office Address: Defense Information Systems Agency, DITCO-Scott PL8313, P.O. 2300 East Drive, Bldg 3600, Scott AFB, IL, 62225-5406 Description: PURPOSE : The purpose of this Request for Information (RFI) is to conduct market research that will be used to formulate an acquisition strategy to procure system maintenance and enhancements to the NGIC System Parametric Information Relational Intelligence Tool (SPIRIT). 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. BACKGROUND : The SPIRIT task order provides for maintenance and enhancements to the existing NGIC SPIRIT application. The SPIRIT application provides immediate, on-line access to critical information for a varied NGIC customer base at the National and International levels within the Department of Defense (DoD) and the Intelligence Community (IC). The SPIRIT is the core analytical tool providing characteristics and performance (C&P) data of known systems and systems of interest. The NGIC analysts, the IC and International allied nations rely upon the accuracy, timeliness and availability of the SPIRIT application to achieve their mission. Sources Sought: 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) Codes 517110, 541712, 541511, 541512 and 541519. 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, 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. The government is trying to determine if there is reasonable expectation of obtaining offerors from two or more responsible small business concerns. 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 517110, 541712, 541511, 541512 and 541519 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 five years) 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: This is a one-year Cost Plus Award Fee (CPAF) task order with three additional option years. The contractor shall be required to maintain the legacy SPIRIT application while performing system-wide enhancements to modernize all facets of the SPIRIT application in parallel to meet customer requirements. Interested vendors are requested to submit a maximum 6 page statement of their knowledge and capabilities to perform the following objectives for the anticipated SPIRIT task order: 1. The contractor must demonstrate complex web application development experience using a process-driven software development and delivery lifecycle approach working on multi-agency programs within the Intelligence Community (IC). 2. The contractor must demonstrate their ability to maintain legacy, custom-developed Oracle Forms and PL/SQL software deployed to multiple networks without interruption while also performing software enhancements. 3. The contractor must demonstrate experience with different enterprise web, operating system and database technologies including but not limited to: XML, Javascript, J2EE, Web Services, Unix, Oracle, and custom PL/SQL ensuring confidentiality, integrity and availability. 4. The contractor must demonstrate experience working with data in a multi-level security (MLS) environment with structured enclaves. The contactor must demonstrate experience integrating or sharing data from multiple applications using different technology ensuring confidentiality, integrity and availability. 5. The contactor must demonstrate experience with Army, DoD, and IC Information Assurance Certification and Accreditation. The contractor must demonstrate knowledge of DISA Secure Technical Implementation Guides (STIG) applicable to secure database-driven, web-based applications. 6. The contractor must demonstrate experience that they can fill vacant positions with appropriately skilled personnel, within 2 weeks, meeting the security requirements of DD Form 254 and Performance Work Statement (PWS). 7. The contactor must demonstrate their approach to meeting the operations and maintenance requirements of the PWS in the areas of quality, time, configuration and risk management. Responses: Responses to this RFI are to be submitted by email to matthew.l.thompson@us.army.mil and RECEIVED by COB 14 May 2010. 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 personnel 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/MAC0001/listing.html)
 
Record
SN02145434-W 20100512/100510235021-27e4133d30f12f22e752995bfa3d29f0 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.