Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 04, 2011 FBO #3359
SOURCES SOUGHT

D -- LAN and Application Support Program - PWS - DLA Energy - SA - Draft Version

Notice Date
2/2/2011
 
Notice Type
Sources Sought
 
NAICS
519190 — All Other Information Services
 
Contracting Office
Defense Logistics Agency, DLA Acquisition Locations, DLA Contracting Services Office, 8725 John J. Kingman Road, Suite 0119, Fort Belvoir, Virginia, 22060-6220, United States
 
ZIP Code
22060-6220
 
Solicitation Number
SP4706-11-RFI-DLAEnergy-SA
 
Archive Date
2/24/2011
 
Point of Contact
Daniel Bassett, Phone: 7037671174
 
E-Mail Address
daniel.bassett@dla.mil
(daniel.bassett@dla.mil)
 
Small Business Set-Aside
N/A
 
Description
PWS - DLA Energy-SA - Draft Version Document Type: R= Source Sought Notice Solicitation Number: SP4706-11-RFI-DLAEnergy-SA Classification Code: D - Information and Technology NAICS Code: 519190 - All Other Information Services Contracting Office Address DLA Contracting Services Office - Fort Belvoir 8725 John J. Kingman Road Fort Belvoir, Virginia 22060-6221 Description The Defense Logistics Agency's (DLA's) DLA Information Operations, DLA Energy Aerospace Energy, and DLA Energy-RR are interested in receiving information to identify enterprise business solutions for LAN and Application Support technical services for DLA Energy-San Antonio. The DLA Energy Aerospace Energy's mission is to provide the Department of Defense (DoD), Federal Government customers, and commercial and academic space-related customers, with comprehensive logistics support for all missile fuels, chemicals and gases, cryogenic liquids and propellants in the most effective and economical manner possible. The DLA Energy-RR's mission is to provide financial and program support for worldwide retail aviation and ground fuels. The DLA Energy Aerospace Energy and DLA Energy-RR are located in San Antonio, Texas. The LAN and Application Support Program consists of the following major components: Information Technology Infrastructure Support (Network Administration, PC Support, and support for 24/7 operation); Missile Fuels Mechanized Inventory and Financial Management System (D022D) Support, and In-house Application and Database Support. The performance of this effort also includes Transition In/Out - Knowledge Transfer, and travel as required. Taken as a whole, these applications and their interfaces provide an automated, integrated and responsive system for the inventory and financial accounting, order/shipment/receipt/adjustment process, and facilities management of the DLA Energy Aerospace Energy missile fuels program. Additional objectives include but are not limited to the following: • A potential contractor is required to have and demonstrate a detailed working knowledge of D022D which is the legacy COBOL language for the Missile Fuels Mechanized Inventory and Financial Management System Application being used on Windows based servicers. - D022D is Windows based and consists of a frontend Access application for data entry and backend Fujitsu COBOL application that processes table and business transactions. The Access application consists of 38 tables, 53 queries, 79 forms, 2 reports and 33, 487 lines of code. The Fujitsu COBOL system consists of 111 programs and 62,803 lines of code. - The COBOL programs utilize file access methods such as sequential, indexed-sequential and relative. • A potential contractor is required to provide programming expertise; end user support, perform FAS downloads, perform testing, provide user training, and provide all documentation in accordance with DLA Collaborative Configuration Management (CM) Processes (DLAD 5025.30) for the following databases. Databases are written using Access, SQL, Visual Basic (VB)/VB.NET, HTML/XHTML, CSS, ASP/ASP.NET, VBA (Visual Basic for Applications), VBScript, JavaScript, Cobol, XML, FoxPro, Clipper, Java, DHTML, Flash Action Script, C#, Windows Scripting Host USH, and Oracle. For a comprehensive understanding of the requirement beyond the cited objectives above, it is highly recommended that potential respondents to this Sources Sought Notice review the attached Performance Work Statement. This Sources Sought Notice constitutes a Request-for-Information (RFI) from potential offerors to identify organizations with the capability to perform this effort and to assess the competitiveness of the market. This notice does not in any way constitute a Request-For-Proposal (RFP) or Request for Quotation (RFQ) and as such, shall not be construed as a commitment by the Government. 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. Responses to this RFI shall include the name and address of the organization/business concern, point-of-contact, cage code, NAICS code, business size, corporate capabilities, experience, and if applicable a GSA contract number, if the organization or business concern is a GSA Federal Supply Schedule holder. Responses to this RFI shall be in five (5) pages, or less, as it relates to the following criteria: (1) Capable organizations or business concerns must offer citations demonstrating knowledge and understanding of legacy COBOL language as it relates to Missile Fuels Mechanized Inventory and Financial Management System Application in order to provide support and maintenance. (2) Relevant experience with the actual systems of record or similar experience applicable to the actual systems of record as cited in the attached PWS. (3) Past Performance References (Government or commercial) for this type of work during the last three years, (4) Comments on innovative and feasible solutions that improve and streamline processes and procedures, ensure consistency and repeatability, improve quality and quality assurance, while considering evolving and future technologies. All five (5) pages, or less, shall be in Microsoft® Word document electronic format (8.5" x 11") typed in Times New Roman 12-font, and single line-spacing. To the extent practicable, interested organizations/business concerns should cite relevant contracts to demonstrate the experience addressed in the topics cited above. Reponses shall be submitted electronically to the points of contact listed below on or before February 9, 2011. DLA will not provide confirmation of receipt. The Government recognizes that it is only allowing five business days for the submission of responses to this RFI. However, the Government does not intend to extend the submission date beyond February 9, 2011. Points of Contact Daniel Bassett, Contract Specialist, Phone 703-767-1174, Fax 703-767-1172, Email daniel.bassett@dla.mil - Jimmy D. Kelly, Contracting Officer, Phone 703-767-1165, Fax 703-767-1172, Email jim.kelly@dla.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DLA/J3/DLA-DSS/SP4706-11-RFI-DLAEnergy-SA/listing.html)
 
Place of Performance
Address: San Antonio, Texas, United States
 
Record
SN02371234-W 20110204/110202233824-bd277957ce1cce3916f0e21aa19dd7d3 (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.