Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 22, 2011 FBO #3497
SOURCES SOUGHT

D -- Network Services Benchmarking

Notice Date
6/20/2011
 
Notice Type
Sources Sought
 
NAICS
541618 — Other Management Consulting 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
MAC0033
 
Archive Date
7/13/2011
 
Point of Contact
Matthew R. Cassady, Phone: 6182299713
 
E-Mail Address
matthew.cassady@disa.mil
(matthew.cassady@disa.mil)
 
Small Business Set-Aside
N/A
 
Description
Request for Information (RFI) for Defense Information Systems Agency (DISA) Network Services for Defense Information System Network (DISN) 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), Network Services (NS) for Defense Information System Network (DISN), is conducting this Request for Information (RFI) as market research to determine sources with Benchmarking capabilities that will help to promote DISN as a more nimble organization with modern technology capabilities and with the ability to deliver high value services at a competitive price. The rapidly changing political and fiscal landscape of the DoD, driven both by the administration change, geo-political changes, and the current global economic climate require the development of target state scenarios that enable NS to meet changing mission requirements quickly and proactively in the future. Thus, NS is looking to hire a contractor to conduct a strategic baseline/benchmark assessment to understand drivers around cost, people, processes, and technology for the DISN. NS wants to develop a Status Quo Model to validate the current baseline of the DISN and other Network Services Telecommunications capabilities, identify improvements in the DISN, and other Network Services Telecommunications Services baseline. To provide the foundation for the development of future target state scenarios as well as associated business cases and a roadmap that leads to the chosen optimized target state. The objectives for the project are as follows: n Define, gather and validate the status quo data n Define the attributes (modeling factors) for the status quo model such as efficiency, scale factors, processes, and etc. n Develop the Status Quo framework n Analyze and validate the status quo model n Identify areas of opportunity for improvement 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, it will be used to assess tradeoffs and alternatives available for determining how to proceed in the acquisition process for a NS DISN benchmarking assessment. 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 program management support to large organizations. All interested contractors (both large and small) are requested to provide written responses 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 541618 Other Management Consulting Services. 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 program management capabilities with respect to the following: a) Describe the breadth and depth of your industry existing Benchmarking information technology, telecommunications datasets in terms of coverage of IT, network, telecommunication services and technologies, types, numbers, geographies of organizations and industries, and the types and amount of data collected and maintained. b) To support comparison of DISA with service providers of similar size and complexity, include the number of datapoints in your existing Benchmarking database categorized by the size of the overall IT budget each datapoint represents (e.g., > $50M, >$100M, etc.), number of network devices included (e.g., 100k, 125k, etc.), number of sites included, and the number of datapoints representing global services and providers. c) Describe the currency of your Benchmarking datasets (e.g., number of datapoints collected within the last 18 months), and how your firm maintains that currency. Describe how that data and any resulting analysis and comparisons are validated as credible. d) Describe how the Benchmarking datasets described above map to and will be used for Benchmarking a world-wide carrier-class network in support of the Defense Department Benchmarking activities described in this requirement. Describe how gaps in those datasets could be addressed, including any additional data collection efforts that may be required to support this Benchmarking effort. e) Describe the firm's Benchmarking experience relevant to this requirement including numbers, types of engagements, and numbers and types of organizations and industries. Describe your current Benchmarking dedicated workforce and qualifications in terms of experience relevant to this requirement. f) Describe how your firm maintains current knowledge of IT, networking and telecommunication industry vendor offerings, technology trends, pricing models, and global best practices to ensure relevant Benchmarking datasets and resulting analysis and recommendations. g) Describe how your firm would develop a Status Quo Model that describes a validated current baseline for the DISN and other Network Services Telecommunications capabilities. h) Describe how your firm would identify improvements; including cost vs. performance in the DISN and other Network Services Telecommunications Services baseline. Describe the foundation for the development of future target state scenarios, analysis of those scenarios, development of associated business cases and improvement execution roadmap. Special Considerations: Due to the possibility of an acquisition based on the results of this effort, we are only soliciting those organizations that can provide full independence and objectivity free from any Organizational Conflict of Interest (OCI) related to current or future contracts for the provision of the services covered in this study. Execution of the anticipate scope of this requirement will require access to NOFORN and/or Classified information, this will require personnel with the appropriate Security Clearances and/or U.S. Citizenship. How to Respond: Responses should include the (1) Business Name and Address; (2) Name of Company Representative and their Business Title; and (3) 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 two past performances listing prior installations and deployed solutions to include Government points of contact describing the vendor’s capabilities. Response Submission Deadline: Firms who wish to respond to this should send responses via email NLT 28 June 2011 at 3:00 PM Eastern Daylight Time (EDT). 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 Rhonda.dean@disa.mil. Disclaimer: 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/DITCO/MAC0033/listing.html)
 
Record
SN02477335-W 20110622/110620234926-91d3cf4ba55fe0eacb43b20687e27912 (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.