Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 26, 2011 FBO #3562
SOURCES SOUGHT

D -- Defense Message System (DMS) and National Gateway Center (NGC) Support System Software and Security Engineering Services

Notice Date
8/24/2011
 
Notice Type
Sources Sought
 
NAICS
541712 — Research and Development in the Physical, Engineering, and Life Sciences (except Biotechnology)
 
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
MAC0042
 
Archive Date
9/15/2011
 
Point of Contact
James J Franey, Phone: 618-229-9346
 
E-Mail Address
james.franey@disa.mil
(james.franey@disa.mil)
 
Small Business Set-Aside
N/A
 
Description
Request for Information (RFI) for Defense Message System (DMS) and National Gateway Center (NGC) Support System Software and Security Engineering Services 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 Organizational Messaging Division (NS21) is conducting this Request for Information (RFI) as market research to determine sources with competencies to provide software maintenance, administration, technical operational support and security engineering services for Defense Message System (DMS) and National Gateway Center (NGC) support systems and the DMS Operational Support Facility (OSF) network. The DMS and NGC support systems included under this acquisition of service: DMS Tool Suite (DTOOLS) products-DMS Message Trace (DMT), DISA Software Version Tool (DSVT), Message Event Tool (MET), DISA Component Monitor Tool (DCMT) and the Message Conversion System (MCS) Management Workstation (MCS MWS) Tool; the DMS Asset Distribution System (DADS); the Technology Insertion Environment (TIE) test lab; and the Fort Detrick Technology Development Facilities (TDF) backbone network. 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 acquisition process for the life cycle maintenance, operational support, and security engineering of the DMS and NGC systems supported under this acquisition. 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 all interested parties including small businesses to describe their technical capabilities and demonstrated experience with support for the specific DMS and NGC support systems specified under this acquisition. Interested parties should describe their technical capabilities and demo nstrated experience with life cycle maintenance to include software development, test and evaluation, system operations, integration, deployment, accreditation, system administration, and technical support of the identified DMS and NGC support systems. All interested contractors are requested to provide written response to the requested information below. 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 addition, 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. The acquisition has 5 tasks as listed below: •· Task Area 1 - Enterprise IT Policy and Planning •· Task Area 10 - Test and Evaluation •· Task Area 12 - Communications Engineering •· Task Area 16 - Web Services •· Task Area 19 - Software Three different contractors support the DMS/NGC Command and Control mission at Ft Detrick, MD. It is imperative that the contractor who is awarded this contract, work as a team player with the other contractors and the Government in supporting the organizational messaging mission. Sources Sought: This Sources Sought Synopsis is requesting responses to the following criteria from interested parties that can provide the required services under the North American Industry Classification System (NAICS) Code 541712 and 541512. This Synopsis is encouraging responses from any qualified and capable source, including Small Businesses, 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. This Sources Sought Synopsis is issued to assist the agency in performing market research to determine whether or not there are two or more qualified and capable Small Businesses to provide the aforementioned service. In order to make a determination for a small business set-aside, two or more qualified and capable small businesses must submit responses that demonstrate their qualifications. 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 541512 are requested to submit a response to the POC provided at the end of this release. 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 three years or work that is on-going) 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. Please note that contractor performance requires personnel with special clearance requirements. The National Gateway Center is in a Sensitive Compartmented Information Facility (SCIF). At least seventy percent of the contractor staff must possess current DoD Top Secret clearance and SCI accesses at the time of contract award. All other contractor personnel must possess current DoD Secret clearances (minimum) at contract award. Requested Information: Interested vendors are requested to submit a maximum 15 page statement describing your experience, knowledge, and capabilities to perform the following tasks: •a) Maintain DTOOLS DMT, DSVT, MET, DCMT, MCS MWS, and DADS product software at the level required to fully support DISA's NGC 99.9% reliability management threshold and the DMS Multi-command Required Operational Capability (MROC) messaging capabilities. DTOOLS software life cycle maintenance includes manager and agent software development, documentation updates to include a web based help file, and installation builds/configuration management for agents on all DMS/MCS components (e.g. Multi-Function Interpreters (MFIs), Message Transfer Agents (MTAs), Mail List Agents (MLAs), Automated Message Handling Systems ( AMHSs) and CP-XPs) and for all DMS/MCS supported operating systems-Windows, RHEL 4, 5, & 6 LINUX, SUN Solaris, and HP-UX. •b) Maintain DTOOLS and DADS product operational Information Assurance (IA) compliance by addressing all applicable Security Technical Implementation Guidance (STIGs) and reported security vulnerabilities within the required response time for IAVA/B/Ts, JTF-GNO Warning Orders (WARNORDS) and Communications Tasking Orders (CTOs). Update the Vulnerability Management System (VMS) for all software security fixes and component implementations of security fixes to accurately reflect vulnerability compliance status. •c) Manage the Detrick TDF backbone components and architecture at a level which fully supports the required 99% operational system reliability threshold. LINUX and Windows server administration, server/workstation security hardening and configuration are required to maintain IA compliance for the TDF Firewalls, Routers, Switches, intrusion Detection Systems (IDSs), log file servers, and the Domain Name Servers (DNSs). •d) Maintain up-to-date IA compliance for all user, development, test, and operational platforms under this contract at a level that fully supports continued system accreditation and maintaining operational status. Complete security configuration and reporting tasks, and provide on-site product technical support for DISA Field Security Operations (FSO) system certifier teams during Site Assistance Visits (SAVs), Command Cyber Readiness Inspection (CCRI), and Security Test and Evaluation (ST&E) visits, ensuring full compliance with all IA compliance documentation for all systems and networks maintained by the contractor. •e) Perform system administration of the TIE lab components software in accordance with the DMS applicability matrix, configure databases, issue PKI certificates, and maintain back-up system restoral copies of all DMS components resident in the TIE and required to test DTOOLS software. •f) Thoroughly test DTOOLS software installation procedures on all applicable DMS components and operating systems, all DTOOLS DMT/DSVT/MET/DCMT product functionality, and all new product capabilities. Review and verify product documentation, to include the electronic help file. Provide operational site assistance for DTOOLS related issues. •g) Develop maintenance software changes and enhancements, apply and test software and security changes, ensure quality controlled software IAW established configuration management practices, and perform routine daily and on-demand real-time database updates for the SIPR and NIPR master operational DADS servers. Responses: Interested vendors should forward their capabilities and other information to be considered to connie.masser@disa.mil. Responses to this RFI are to be submitted by and RECEIVED by 12:00 PM EST, 31 August 2011. Responses must be single-spaced, Times New Roman, 12 point font, with one inch margins, and compatible with MS Office Word 2007. 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 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. Points of Contact: Contracting Officer: James Franey Phone: 618-229-9346 E-Mail: james.franey@disa.mil Project Manager: Connie Masser E-Mail: connie.masser@disa.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DISA/D4AD/DITCO/MAC0042/listing.html)
 
Record
SN02547235-W 20110826/110824235641-efe46aec3d2338d2c1848f742fd56afa (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.