SOURCES SOUGHT
D -- Automated Manifest System-Tactical II (AMS-TAC)
- Notice Date
- 6/27/2011
- Notice Type
- Sources Sought
- NAICS
- 517110
— Wired Telecommunications Carriers
- 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
- MAC0034
- Archive Date
- 7/26/2011
- 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 Automated Manifest System-Tactical II (AMS-TAC) 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 which will be used to formulate an acquisition strategy to provide Automated Manifest System-Tactical II (AMS-TAC) software maintenance support. 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. TARGET AUDIENCE : In particular, only small businesses are requested to respond to this RFI to assist the DISA GIG Engineering Center in formulating an acquisition strategy that fairly considers small business ability to participate in the acquisition, either as prime contractors or as subcontractors. 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) Code 541712 and 517110. 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. Two or more qualified and capable small businesses must submit responses that demonstrate their qualifications to make a determination for a small business set-aside. 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 541712 and 517110 are requested to submit a response IAW the response section below. 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: Interested vendors are requested to submit a maximum 5 page statement of their knowledge and capabilities to perform the following: a. Experience and in-depth knowledge of AMS-TAC software application developed using FOXPRO b. Experience and in-depth knowledge of DoD transportation control movement documentation, reports of discrepancy, transportation discrepancy reports, and air and ground shipment cargo manifest requirements c. Experience and knowledge of other DoD Logistics, Transportation, Supply and Web-Based Tracking Systems ie. IGC (Integrated GTN-IGC Convergence), RF-ITV Server, CMOS, SLTM/W2W d. Experience and knowledge on how to utilize Handheld Scanners, label printers, docking stations, iridium modem. e. Be able to support AMS –TAC Locations CONUS and OCONUS and provide help-desk support f. Experience in supporting policy, guidance, and requirements within OSD and/or Joint Staff, and Services use of AIT in support of supply chain operations. g. Experience and in-depth knowledge of all Army IA regulations. What can and can’t be done on an Army network, on Army computers, and the protocols Responses Responses to this RFI are be submitted by e-mail to becky.Heise@us.army.mil and RECEIVED by 1:00pm EST on 11 July 2011. 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 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. Points of Contact Contracting Officer: Steven W. Francoeur Phone: 618-229-9672 E-Mail: Steven.Francoeur@disa.mil Contract Specialist: Matthew Cassady Phone: 618-229-9713 E-Mail: matthew.cassady@disa.mil
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DISA/D4AD/DITCO/MAC0034/listing.html)
- Record
- SN02483503-W 20110629/110627235106-2d5f8b9c3468b04506c0cc25540050db (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 |