Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 20, 2013 FBO #4165
SOURCES SOUGHT

D -- IT Services

Notice Date
4/18/2013
 
Notice Type
Sources Sought
 
NAICS
541511 — Custom Computer Programming Services
 
Contracting Office
Department of the Air Force, Air Combat Command, AMIC CONTRACTING OFFICE, 11817 CANON BLVD, Suite 306, Newport News, Virginia, 23606-4516, United States
 
ZIP Code
23606-4516
 
Solicitation Number
FA4890-13-Q-0111
 
Archive Date
5/10/2013
 
Point of Contact
Crystal Breen, Phone: 5406535747
 
E-Mail Address
cbreen@jwac.mil
(cbreen@jwac.mil)
 
Small Business Set-Aside
N/A
 
Description
SOURCES SOUGHT NOTICE THIS SOURCES SOUGHT NOTICE IS FOR INFORMATION AND PLANNING PURPOSES ONLY. THIS NOTICE CLOSES 25 April 2013. The Government is seeking industry input from all sources at this time to determine if this acquisition should be procured as a Total Small Business set-aside under the auspices of the Federal Acquisition Regulation (FAR) Part 19.5. Interested Small Business concerns are highly encouraged to respond to this request. This sources sought notice is for market research purposes only, and is not a commitment by the Government to issue a solicitiation. A determination regarding the set aside status for this effort has not been made. No contract will result from this notice, and it does not commit the Government to any acquisition for these services. The applicable North American Industry Classification System (NAICS) for this requirement is 5415 1 1 with a size standard of $25.5M. Air Combat Command, Acquisition Management and Integration Center (ACC AMIC/JWAC), Dahlgren VA, is in the process of determining the acquisition strategy to obtain various support to JWAC IT systems. This proposed contractor support includes data management administration, IT application administration, software development, software deployment and packaging, storage administration, IT systems administration and IT auditing and monitoring administration. The terms of this contract shall require most of the work to be performed on-site at the Government facility; therefore, all proposed candidates must hold appropriate security clearances upon date of award (see security statement below). The Government may award multiple awards or a single award to meet this requirement. Award is anticipated for September 2013 with a base period of twelve months and 2 twelve-month option periods, totaling thirty-six months. This acquisition will be issued as a Request For Proposal (RFP) on or about 31 May 2013. Please note this is an estimated posting time and it is the responsibility of the interested parties to monitor the Federal Business Opportunity website/FedBizOpps for all subsequent postings. Participation in this survey is voluntary; t he government will NOT reimburse participation for any expenses associated with participation. Additionally, participation is not required for consideration in any solicitation that may result from this notice. Please provide all responses/packages via email to Crystal Breen, ACC AMIC/JWAC, (540)653-5747, cbreen@jwac.mil with a copy provided to Kelley Fitzsimmons, kfitzsim@jwac.mil. The Government plans to consider all information submitted in response to this sources sought notice and use the Internet and e-mail as the primary means of disseminating and exchanging information. Hard copies of documents posted on FBO will not be made available. The Government will provide an email confirmation of receipt of information. If you have difficulty in emailing your response and/or an email confirmation of receipt is not received, then you are encouraged to call Crystal Breen at the aforementioned phone number. Contractor Capability Survey JWAC IT Support Services Part I. Business Information Please provide the following business information for your company/institution and for any teaming or joint venture partners: • Company/Institute name: • Address: • Point of contact: • CAGE Code: • Size of business pursuant to NAICS code 541511: • State whether your company is small, small disadvantaged, woman-owned small, HUBZone, 8(a) certified business concern, or HBCU/MI under the above SIC Code. • A statement as to whether your company is domestically or foreign owned (if foreign, please indicate the country of ownership). • Registered in System for Award Management (SAM) https://www.sam.gov/portal/public/SAM/ ( ) Yes or ( )No. Unclassified questions relative to this market research should be addressed to Crystal Breen at cbreen@jwac.mil or Kelley Fitzsimmons at kfitzsim@jwac.mil. Responses are limited to 5 pages and must be received no later than 4:00 PM EST on April 25 2013. Part II. Capability Survey Questions General: Describe briefly the capabilities of your facility and the nature of your business. Include a description of your staff composition and management structure. For the following work areas, describe your company's past experience on projects of similar complexity to include personnel qualifications and examples that demonstrate knowledge or teaming experience to cover some or all of these work areas. Data Management Administration: What is your experience with Federated search, search engine platforms (e.g., SOLR/LUCENE), Hadoop, data ETL systems (Extract, Load, Transform), data mining, SQL and NoSQL data stores, open source technologies, geospatial systems (e.g. ArcGIS), cross-domain solutions, data modeling & design, content analytics, data governance? Application Administration: What is your experience with MS Sharepoint 2010 in a clustered configuration, including operations, upgrades, troubleshooting, developing end-user capabilities? Software Development: What is your experience with.NET programming using Visual Basic, C#, SQL, ASP.NET, Visual Studio/TFS for creation, enhancement, testing, and maintenance of software and database applications? Software Deployment and Packaging: What is your experience with use and administration of System Center Configuration Manager (SCCM), Powershell, InstallShield, and Windows Group Policy management to support enterprise software deployment for Windows client and server systems? Storage Administration: What is your experience with daily operations and support, including allocation of storage, optimization, application of security rules and procedures, upgrades, troubleshooting, backup and restore, inventory? What is experience with installation, accreditation, configuration, system and security administration, and operation of Storage Area Networks (SAN), Network Attached Storage (NAS), and Backup/Restore systems; Windows Server 2008, Red Hat Linux, and Netbackup Systems Administration: What is your experience in daily operations and support, including: allocation of physical and virtual systems; operating systems installation, upgrades, troubleshooting, and optimization; application of security rules and procedures; second-tier Service Desk support; inventory? What specific expertise do you have with installation, accreditation, configuration, system and security administration, and operation of server and client systems; Microsoft Windows Server 2003 and 2008, Windows 7, Active Directory and Windows Group Policy management, System Center Configuration Manager (SCCM); VMware, Red Hat Linux v4 and v5, Red Hat Satellite? Audit and Monitor Administration: What is your experience with providing daily operations and support for IT systems auditing/monitoring capability, including: upgrades, troubleshooting, and optimization of auditing/monitoring capabilities ; application of security rules and procedures; generation of on-demand reports and data dumps; add additional systems, software, and services to the monitoring capability. What is your experience with performing system monitoring and security auditing on DOD TS networks; hands-on experience with extending capabilities of Alien Vault open-source monitoring system; familiarity with systems and networking monitoring tools such as Nagios and Traverse? Part III. Security Survey Questions Facility Security Requirements Do you have or are you capable of handling and storing Special Access Required (SAR) information within facilities meeting the physical security criteria of both the Intelligence Community Directive (ICD) 705, (Sensitive Compartmented Information Facilities (SCIF)), and Joint Air Force, Army and Navy (JAFAN 6/9), (Physical Security Standards for Special Access Facilities)? Personnel Security Requirement Do all personnel having access to SAR information have a minimum of a 000 Secret Clearance based on a National Agency Check (NAG) completed within the last five years? How many personnel have a Top Secret clearance based on a current SSBI/SSBI-PR within the last five years and meet the personnel security criteria of the Intelligence Community Directive (ICD) 704, (Personnel Security Standards and Procedures Governing Eligibility for Access to Sensitive Compartmented Information (SCI) and Other Controlled Access Programs), and JAFAN 6/4, (Personnel Security Standards and Procedures Governing Eligibility for Access to Special Access Program's) and be currently indoctrinated for SCI access and/or eligible for immediate SCI certification by the government department/agency sponsoring the SCI access?
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/ACC/AACCONS/FA4890-13-Q-0111/listing.html)
 
Place of Performance
Address: 4048 Higley Road, Dahlgren, Virginia, 22448, United States
Zip Code: 22448
 
Record
SN03040298-W 20130420/130418234652-0dacde201e6e9b5a44c7025aa97c3c87 (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.