SOLICITATION NOTICE
D -- DISA Enterprise Procurement System (DEPS) Support
- Notice Date
- 6/7/2011
- Notice Type
- Presolicitation
- 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
- PL831100011
- Archive Date
- 7/7/2011
- Point of Contact
- Ellen T. Crain, Phone: 6182299679
- E-Mail Address
-
ellen.crain@disa.mil
(ellen.crain@disa.mil)
- Small Business Set-Aside
- N/A
- Description
- Request for Information (RFI) for Defense Information Systems Agency (DISA) DISA Enterprise Procurement System (DEPS) Support 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 Defense Information Systems Agency (DISA), Procurement Directorate (PLD), is conducting this Request for Information (RFI) as market research to determine sources with competencies to support and sustain an installed system using a Business Process Management (BPM) application based on Appian 6.x from the Appian Corporation Inc. This system is currently in production and is hosted in a DISA Enterprise Computing Center (DECC) and supports the Telecommunication contracting functions for PLD. Our implementation includes over 150 process models, some of which are very complex. Architectural information for this system is managed using DoD Architectural Framework artifacts. Development and deployment is managed using the scrum agile process. System support will require technical subject matter experts in JAVA development using the Appian BPM platform, and include the ability to produce technical training documentation, user training, and provide help desk support. Personnel supporting this system will require access to Government facilities and systems and will require a U.S. SECRECT clearance and meet DOD 5200.2-R, DOD Personnel Security Program the minimum sensitivity level of ADP-II. 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 tradeoffs and alternatives available for determining how to proceed in the procurement process for this sustainment effort. 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 in sustaining similar systems. All interested contractors (both large and small) are requested to provide 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, market maturity and technical capabilities within the Large and Small Business Community to provide the required capabilities. Sources Sought: This Sources Sought Synopsis is requesting responses to the following criteria from both large and small businesses under the North American Industry Classification System (NAICS) Code 541519. In addition to large and 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. Requested Information: Interested vendors are requested to submit a maximum ten (10) page statement of their experience and capabilities with respect to the following: •a) Please describe your expertise in remotely supporting installed BPM software in a Defense Department Accredited environment. Expertise should include JAVA development, BPM application development, configuration management processes and tools and experience in working with hosting facilities' personnel to sustain systems. •b) Please describe your experience in supporting Appian 6.x BPM engagements. Experience should include the customer, number of process models, and the overall level of complexity of those models (less that 10 nodes = simple, 10 to 50 nodes = moderate, more than 50 nodes = complex). Experience should include systems with an n-tiered architected solutions comprised of multiple web servers, application servers, integration servers and database servers •c) Please describe your experience in integrating BPM systems with an integration tier such as Oracle WebLogic. •d) Please describe your experience in integrating and maintaining integration between Appian BPM software and Oracle 11.x databases. •e) Please describe your experience supporting Apache web servers using Common Access Card authentication. •f) Please describe your experience in creating and maintaining technical and training documentation for evolving systems. •g) Please describe your expertise in creating and providing user training in both personal and distance learning (web collaboration) environments. •h) Please describe your expertise in providing project management using agile development processes, preferably scrum. Expertise should include understanding and managing against business priorities and technical complexity for gathering, documenting, prioritizing, building, testing, and implementing software using BPM tools and java. •i) Please describe your expertise in creating and sustaining queries, reports, and data warehouses of operational data which may or may not be part of the BPM tool's process data. •j) Please describe your knowledge of the telecommunication industry as it relates to buying and reselling telecommunication services. •k) Please describe the business benefits to providing PLD system support from your recommended operating location of either contractor facility or on-site Government support. Responses: Responses should include the (1) business name, size (e.g. parameters of your business type like Small, 8a, etc) and address; (2) name of company representative and their business title; (3) cost estimate for providing the capabilities described above (including a breakout between initial procurement costs and follow-on maintenance costs (and any estimated learning curve projections); 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), NASA SEWP, Federal Supply Schedules (FSS), or any other Government Agency contract vehicle. The responses should be in a white paper format, no longer than ten (10) pages in length. Address the capability questions posed above, and add one (1) appendix that consists of at least three past performances listing prior experience with BPM software, preferably Appian 6.x. Firms who wish to respond to this should send responses via email NLT 22 June 2011 at 5:00 PM Central Standard Time (CST). The response should not exceed a 5 MB e-mail limit for all items associated with the RFI response. Interested vendors should forward their capabilities and other information to be considered to depspmo@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 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/PL831100011/listing.html)
- Record
- SN02466015-W 20110609/110607234832-a7e0748d8f16a92b7847ee3024883c1f (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 |