SOURCES SOUGHT
70 -- Joint Operation Planning and Execution System (JOPES) - RFI
- Notice Date
- 12/30/2010
- 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
- DCCMC13042
- Archive Date
- 1/21/2011
- Point of Contact
- Michael D. Jackson, Phone: 3016775538, Dominique M. Arthur-Hopkins, Phone: (30)1677-5233
- E-Mail Address
-
michael.jackson2@disa.mil, dominique.arthur@disa.mil
(michael.jackson2@disa.mil, dominique.arthur@disa.mil)
- Small Business Set-Aside
- N/A
- Description
- Request for Information announcement 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 the JOPES, Force Planning Applications, within GCCS-J. In accordance with FAR 15.201(e), responses to this RFI are not offers and cannot be accepted by the Government for forming a binding contract. This RFI is a request for interested parties to describe their technical capabilities and demonstrated experience with software development, sustainment, and fielding of the JOPES, force planning software applications that are a core component of GCCS-J. All interested contractors are requested to provide written response to the questions below. All small businesses to include Small Disadvantaged, HUBZone, and Women-Owned and service Disabled are strongly encouraged to provide timely response to this Request for Information (RFI). 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 additional, 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. a) Describe your experience in developing, sustaining, and fielding JOPES, Force Planning Applications, for an ACAT IAM program. Include a list of software applications developed and SLOC or function points for each application. b) Describe your experience in developing and integrating JOPES, Force Planning Software Applications in a Solaris 10, Oracle 11G, and J2EE environment. c) GCCS-J has critical external interfaces with the GCCS Family or Systems (FOS). Describe your experience working with and developing C2 applications that interface with existing GCCS FOS (Army, Navy, Air Force (specifically DCAPES), Marine Corps) and Collaborative Force Analysis, Sustainment & Transportation System (CFAST) systems. d)GCCS-J exchanges information using an WML interface. Describe your experience developing XML software that exchanges information and that has successfully received a Joint Interoperability Testing Center (JTIC) interoperability certification. e) GCCS-J exchanges information using legacy B8 and H3 formats. Describe your experience developing software that exchanges information using these formats and that has successfully received a JTIC interoperability certification. f) GCCS-J must comply with the Department of Defense (DoD) Security Technical Implementation Guides (STIGs), the configuration standards for DoD IA and IA-enabled devices/systems. Describe your experience using the DoD Information Assurance Security Checklists, the DISA field Security Operations (FSO) Gold Disk to verify compliance to a baseline level of security and test software for STIG compliance. g) Describe your experience in fielding a C2 system worldwide. Include a list of Combatant Commands (COCOMs), Services, and agencies where the capability was fielded to include the size of the deployment and the number of users. h) Provide no less than three past performance references that demonstrate C2 software development, sustainment, and fielding expertise. Responses must include Agency Address, Agency POC, Phone Number, Email Address, Contract Number, Period of Performance, Negotiated price or cost of award, full-time equivalents (FTEs), and description of product or service delivered. Respondents shall classify their company using one or more (if applicable) of the following NAICS Codes: 541512 - Computer Systems Design Services - Size 541712 - Research and Development in the Physical, Engineering, and Life Sciences (except Biotechnology) - 500 or fewer employees The Government contemplating a Cost Plus Fixed Fee (CPFF) with Performance Incentives contract. The term of the resulting contract will be a Three year period (base period plus two options years). NAICS CODE: 541512
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DISA/D4AD/DTN/DCCMC13042/listing.html)
- Place of Performance
- Address: 5275 Leesburg Pike, Fall Church, Virginia, 22041, United States
- Zip Code: 22041
- Record
- SN02352415-W 20110101/101230233633-50878dc9aa7f533daa2294c55ff9fdbb (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 |