SOURCES SOUGHT
D -- Department of Defense (DoD) Transportation Post Deployment Software Support Services
- Notice Date
- 5/15/2012
- Notice Type
- Sources Sought
- NAICS
- 541512
— Computer Systems Design Services
- Contracting Office
- USACE ITL, GSL, EL, CHL, Vicksburg, 3909 HALLS FERRY ROAD, VICKSBURG, MS 39180-6199
- ZIP Code
- 39180-6199
- Solicitation Number
- W912HZ-12-S-0010
- Response Due
- 6/15/2012
- Archive Date
- 8/14/2012
- Point of Contact
- Derek Howard, 601-634-4189
- E-Mail Address
-
USACE ITL, GSL, EL, CHL, Vicksburg
(derek.a.howard@usace.army.mil)
- Small Business Set-Aside
- N/A
- Description
- The U.S. Army Corps of Engineers (USACE) is conducting market research to develop an Acquisition Strategy for the continuation of contracted support covering multiple information technology services under the management and technical control of the U.S. Army Product Director, Transportation Information Systems (PD TIS). This Request for Information (RFI) is not a Request for Proposal and does not reflect a commitment by the Government to issue a solicitation or award contract/contracts supporting DoD Transportation Management System Maintenance, Development, and Integration services supported by USACE and PD TIS. Respondents are solely responsible for all expenses associated with replying to this notice. This RFI is being issued to help the Army better understand current and future market solutions, availability of services, industry best practices, technical characteristics and functionality of information technology (IT) services, tools, and products capable of maintaining, enhancing, and/or extending the Army's existing suite of transportation and distribution solutions. The USACE may chose to host an Industry Day at a later date. If conducted, notification of an Industry Day will be posted as a modification to this notice. Interested parties are responsible for monitoring modifications to this Sources Sought Notice. This market research does not convey an all or none requirement. Respondents are requested to respond to their abilities to support any or all of the services identified. This RFI is intended to improve USACE's understanding of the technologies, best practices, solutions, innovations, and products and services that can be leveraged to 1) improve the affordability of PD TIS' suite of systems with minimal additional investment; 2) improve the performance and reliability of PD TIS' suite of systems; 3) improve the usability of the PD TIS suite of systems to support optimization of DoD transportation and distribution systems; 4) improve the interoperability of PD TIS' suite of systems with other DoD systems of record; and 5) optimize the ability of the PD TIS suite of systems to adapt to emerging technologies and DoD transportation and distribution processes. General information describing the program background is attached. Responses to this RFI should address the three main objectives stated below. First, the Army seeks a basic understanding of the companies that provide products and services that support the stated objectives. Second, the Army seeks to understand the experience and capabilities of those firms. Finally, the Army seeks industry's responses to a series of targeted questions addressing many of the challenges associated with this effort. All questions regarding this RFI should be submitted electronically to Derek Howard, derek.a.howard@usace.army.mil and reference W912HZ-12-S-0010. Responses are limited to 20 pages with no less than 1", Times New Roman 12 point font in MS Word or searchable ".pdf" format and shall be submitted to electronically to Derek Howard, derek.a.howard@usace.army.mil no later than 3:00 p.m. CST, 15 JUNE 2012 and reference W912HZ-12-S-0010. OBJECTIVE 1: Company Profile and Demographic Information The Army is interested in understanding the profile of the companies responding to this RFI. Accordingly, responses to the following questions are requested. 1.1 Organization Name 1.2 Industry North American Industry Classification System (NAICS) code and business size for each NAICS code NAICS SIZE 1.3 Vehicles and contracts your company holds 1.4 Year established/founded 1.5 Company Ownership (public, private, venture) 1.6 Business Classification/ Socio-Economic status (e.g., large, small, 8(a), women owned, hub-zone, SDB, Service-Disabled Veteran Owned) 1.7 Location of Headquarters 1.8 Locations where Incorporated OBJECTIVE 2: Experience and Capabilities The Army is interested in learning about the capabilities and experience of the respondents to this RFI. Accordingly, we request each respondent provide the Army an understanding of its capabilities and experience (especially DoD and Army) through a narrative description of each of the scope areas defined in Table 1 above and listed below: 2.1 Application Product Design, Development, and Maintenance 2.2 Systems Engineering 2.3 Maintenance Releases 2.4 Requirements & Design Analysis 2.5 Development and Integration 2.6 Development Test and Evaluation 2.7 Product Delivery 2.8 Security Certification Testing Support 2.9 Reference Data Maintenance 2.10 System Modernization Capabilities and Initiatives OBJECTIVE 3: Market and Technical Questionnaire 1.What are the emerging technology trends in the mobile applications, cloud technology, and SOA spaces that should be considered in developing requirements? 2.The Army would like to better understand industry best practices with respect to how vendors demonstrate innovation and use of commercial best practices when designing, developing, integrating and supporting the following into existing programs of record: a.mobile applications b.cloud technologies c.service Oriented Architecture (SOA) 3.What other off-the-shelf products are available that can be leveraged to replace some or all of the existing functionality within TC-AIMS II and AMR applications to lower sustainment costs and/or improve performance. For each proposed product please identify any associated terms of usage restrictions and identify how each proposed product can lower costs, improve performance, increase reliability, improve interoperability with other DoD systems or record, optimize the ability of PD TIS products to adapt to emerging technologies, and reduce limitations of the TC-AIMS II and AMR systems throughout the DoD. 4.The Army would like to understand how vendors can ensure the success of providing the services listed in Table 1 of the General Information document. In what ways do vendors measure the success of providing each of the services listed in Table 1?
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/329/W912HZ-12-S-0010/listing.html)
- Place of Performance
- Address: USACE ITL, GSL, EL, CHL, Vicksburg 3909 HALLS FERRY ROAD, VICKSBURG MS
- Zip Code: 39180-6199
- Zip Code: 39180-6199
- Record
- SN02749086-W 20120517/120516000738-dcc3072ea9f38562ca42fde215570fc1 (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 |