Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 25, 2012 FBO #3745
SOURCES SOUGHT

D -- DTRA Agile Acquisition Framework (AAF) Development & Support

Notice Date
2/23/2012
 
Notice Type
Sources Sought
 
NAICS
541512 — Computer Systems Design Services
 
Contracting Office
Other Defense Agencies, Defense Threat Reduction Agency, Defense Threat Reduction Agency (Headquarters), DTRA Annex, 8725 John J. Kingman Road, MSC 6201, Fort Belvoir, Virginia, 22060-6201
 
ZIP Code
22060-6201
 
Solicitation Number
RFI-AAF
 
Archive Date
3/23/2012
 
Point of Contact
Eric M. Rode, Phone: 703-767-3496
 
E-Mail Address
Eric.Rode@dtra.mil
(Eric.Rode@dtra.mil)
 
Small Business Set-Aside
N/A
 
Description
Synopsis: This is a sources sought notice and synopsis announcement. This is not a solicitation for proposals and no contract shall be awarded from this request for information (RFI). No response will be provided for requests for a solicitation. This sources sought notice is published to assist the Government for market research purposes only. The Government will not reimburse contractors for any costs associated with responding to this sources sought notice. Description: The Defense Threat Reduction Agency (DTRA) is seeking to transform elements of the legacy acquisition framework at the agency through a standardized solution architecture and an agile acquisition framework approach that will assist DTRA with critical infrastructure, mission, and modernization efforts. Currently within the Office of the Chief Information Officer (OCIO), there is a lack of an integrated approach for Commercial Off The Shelf (COTS) requirements, assessments, and acquisitions that results in large process, time, and cost overheads. The OCIO has determined that an Agile Acquisition Framework (AAF) will assist DTRA in consolidating duplicative infrastructure requirements, improving transparency in decision making, leveraging market innovations (Government Off The Shelf (GOTS)/COTS/Open-Source), providing traceability across the entire acquisition lifecycle, and by engaging external knowledge areas of expertise from partnerships with Industry and Academia. DTRA is requesting expertise to leverage the communities of practice to improve the organization's long term information technology (IT) investment decisions through: a) consistent and responsible business & mission case development for acquisitions; b) tracking and trending critical IT performance metrics and management for the acquisition life cycle; and c) the application of proven COTS/GOTS/Open-Source assessments, testing, implementation, and analytics. DTRA is seeking a proven acquisition life cycle assessment framework to transform the current technical assessment and acquisition practices into repeatable, executable, and measurable disciplines that will result in objective outcomes based on strategic decision-making with regard to IT investment and integration. Requirements: 1. Acquisition Agility: DTRA is seeking a streamline acquisition process to maximize the use of commercial enterprise innovation. This agile framework should provide a means for minimizing over specification, custom development, and proprietary infrastructure fabrics. 2. Increase Technical Innovation: DTRA would like to establish public/private information exchanges that enable greater access to non-traditional suppliers and innovations in the marketplace; while also leveraging existing sources of IT assessment evidence, testing, and implementation results. 3. Information Assurance (IA): DTRA needs to address security requirements at all stages of the acquisition lifecycle; to include, IA requirements, architecture engineering, technical assessments, and procurement processes. 4. Decision Analytics: DTRA needs to enable effective program management and Value Stream Analysis to address the human and cultural challenges inherent in government decision making. A valuable Decision Analytics system would enable DTRA to frame the essence and success criteria of each phase in the acquisition lifecycle to bring focus to high risk program areas and reduce analysis/paralysis. 5. Business/Mission Case Analysis: DTRA is seeking a more effective method to demonstrate the business/mission value of technology investments, based on evidence-based research and lifecycle costs, as required in the Clinger Cohen Act. 6. Portfolio Management: DTRA would like to assess to what degree existing infrastructure services, technologies and platforms can be reconfigured into new Infrastructure as a Service (IaaS), Platform as a Service (PaaS), and Software as a Service (SaaS). Scope and Timeframe: The estimated period of performance for the contract is approximately 6 months from contract award. Location: Work will principally be performed at the Defense Threat Reduction Center at Ft. Belvoir, Virginia. Capabilities Statement: Sources sought responses shall reflect corporate information and a capability summary reflecting experience related to the above areas. Responses are to be limited to a capabilities sheet of no more than 1 page. Company information should include qualifications and experience in work of this nature, point of contact, phone number, fax number, e-mail address, business size, and small business classification (8a, HUBZone, etc.) if applicable. Non-profit organizations must also indicate size (small business or large business). You should also indicate if your company is currently providing services under any DoD or federal contract including GSA Schedule for the services described above. If your company is currently performing similar services for the government, please include the applicable contract number. Any information submitted in response to this Sources Sought Notice is strictly voluntary. This synopsis is for information planning purposes only and the Government will not pay or otherwise reimburse respondents for information submitted. All documentation and statements received shall become the property of the U.S. government. Unless otherwise stated herein, no additional information is available. Requests for the same will be disregarded. There is no commitment by the Government to issue a solicitation, to make award or awards, or to be responsible for any monies expended by any interested parties in support of any effort in response to this Sources Sought Notice. Information provided herein is subject to change and in no way binds the government to solicit or award a contract. All capability statements must be submitted in writing to Eric.Rode@dtra.mil. Responses to this notice must be received by 4:00PM EST, March 8, 2012. Responses must include your business name, point of contact, address, and telephone number with area code.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/ODA/DTRA/DTRA01/RFI-AAF/listing.html)
 
Place of Performance
Address: 8725 John J. Kingman, Fort Belvoir, Virginia, 22060, United States
Zip Code: 22060
 
Record
SN02681150-W 20120225/120223234415-8469fc76f71a8388bbea92cc16b8eac5 (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.