SOURCES SOUGHT
R -- The supportability to operationally sustain the Virtual Program Management System (VPMS) - Package #1
- Notice Date
- 2/19/2014
- Notice Type
- Sources Sought
- NAICS
- 541512
— Computer Systems Design Services
- Contracting Office
- Department of the Navy, United States Marine Corps, MARCORSYSCOM, 2200 Lester Street, Quantico, Virginia, 22134, United States
- ZIP Code
- 22134
- Solicitation Number
- M67854-14-I-4024
- Archive Date
- 5/19/2014
- Point of Contact
- Anthony Fennell, Phone: 7034327447
- E-Mail Address
-
anthony.fennell@usmc.mil
(anthony.fennell@usmc.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- Draft Performance Work Statement (PWS) Request for Information (RFI) REQUEST FOR INFORMATION FOR VIRTUAL PROGRAM MANANGEMENT SYSTEM (VPMS) This is not a Request for Proposal (RFP) or a Request for Quotation (RFQ); it is strictly a Request for Information (RFI) a s defined in Federal Acquisition Regulation (FAR) 15.201(e). NO SOLICITATION DOCUMENT EXISTS. This RFI is for planning purposes only and shall not be construed as a RFP or as an obligation on the part of the Government for follow-on acquisition. Responses to this notice are not offers and will not be accepted by the Government to form a binding contract. Responders are solely responsible for all expenses associated with responding to this RFI. All information received in response to this RFI that is marked as proprietary will be handled accordingly. 1.0 OBJECTIVE The Marine Corps Systems Command (MCSC), Product Manager, Information Technology Strategic Sourcing (PdM ITSS), is requesting information from industry regarding the supportability to operationally sustain the Virtual Program Management System (VPMS). MCSC is seeking information to determine the existence of sources that have the capability to sustain VPMS which is empowered through the incorporation of three interactive software modules: VPMS, Shopping Cart (SC), and Product Management (PM) Tool. A fourth module, User Management, provides interactive administrative user management. A business driven workflow enforces procedural directives against the data as the approved information passes through the software modules parallel to the data as business process developed by PdM ITSS. The Virtual Program Management System is currently an owner managed system housed within the Marine Corps Enterprise Information Technology Services (MCEITS) environment. As a result, the operational sustainment activities for VPMS are a coordinated effort between the VPMS supporting Contractors, ITSS engineers and the MCEITS operations center. The Virtual Program Management System (VPMS) consists of 4 modules which include: 1. VPMS Module - Track and process procurement requests, show the progress of the procurement, and store documents pertaining to procurement delivery. VPMS integrates with the Standard Procurement System (SPS), IT Procurement Request and Approval System (ITPRAS), Total Force Structure Management System (TFSMS), Virtual Shopping Cart, and Marine Corps Software Enterprise Licensed Management System (MCSELMS) to streamline workflow and eliminate double entry of data into multiple systems. 2. User Manager – Controls access and roles within VPMS applications (Product Manager and Shopping Cart). VPMS Administrators rely on this tool to provide access and permissions to customers. 3. Shopping Cart – Module for identifying and starting the acquisition process for computers and software in the Marine Corps. 4. Product Manager – Module used to add, modify, and maintain products available under the MCHS and MCSELMS catalogs. We are interested in receiving information from vendors capable of providing supportability to operationally sustain VPMS with a maximum of three years duration. The three years will include but not limited to technical expertise to develop and maintain code in ASP, ASP.net, JavaScript, C sharp, PL/SQL, and C+. Additionally, the expertise in Red Hat Linux, and Oracle is required to sustain the system servers and backend databases. As subcomponents to the Global Information Grid (GIG), this suite of applications and exposed services requires business expertise as well as technical skillsets specific to the functionality provided to achieve the procurement objectives. All personnel assigned to tasking associated with VPMS systems will have, at a minimum, the necessary credentials to properly and securely perform the work assigned. Credentials will include, but not limited to the following: · DoD Secret Clearance (or higher) · Bachelor degree (or the equivalent in experience) · Comp TIA Security+ certification · Annual PII certification 2.0 RESPONSES Interested parties are requested to respond to this RFI with a white paper in Microsoft Word 2010 or compatible format. The white paper should be no more than fifteen (15) pages, single spaced, in 12 Font, Times New Roman. Written responses are requested no later than Wednesday March 19, 2014 @ 11:00 a.m., Eastern Standard Time. Please submit responses to this RFI via e-mail to Anthony Fennell at mcsc_isi@usmc.mil. Include the RFI number M67854-14-I-4024 in the subject line. The Government requests that submitters clearly mark any materials which contain proprietary or otherwise protected information. Documents submitted in response to this RFI will not be returned. 3.0 ADMINISTRATIVE Section 1 of the white paper shall provide administrative information. The Administrative Response section has no page limit and shall include, at a minimum, the following information: Name, Mailing Address, Overnight Delivery Address (if different form mailing address), Phone Number, Fax Number, Federal CAGE Code, Data Universal Numbering Systems (DUNS), Systems for Award Management (SAM) Registration, and E-Mail of designated Point of Contact (POC). Please also describe your business type (large business, small business, small disadvantaged business, 8(a)-certified small disadvantaged business, HUB Zone small business, woman-owned small business, veteran-owned small business, service disable veteran-owned small business) based upon North American Industry Classification System (NAICS) code 541512, Computer Systems Design Services with a small business size standard of $25 Million. Please refer to FAR Part 19 for additional detailed information on Small Business Size Standard. The FAR is available at https://acquisition.gov/far/loadmainre.html. 4.0 TECHNICAL Section 2 of the white paper shall provide answers to the following questions that will enable the Government to understand how an offeror will be able to meet the Government’s needs. · Do you offer maintenance/services for the above effort on the General Services Administration (GSA) Federal Supply Contracts? If so, provide the GSA Contract numbers. · Please see the attached draft Performance Work Statement (PWS). A final PWS will be included in an RFP, if one is issued, will likely be amended based on responses, industry capabilities, etc. Responses should address how the company would support the Government requirements with skills, personnel, engineering support - both field and deployed – and any other information deemed necessary to present the information. 5.0 DISCLAIMER This RFI is issued solely for information and planning purposes only and does not constitute a solicitation. All information received in response to this RFI that is marked proprietary will be handled accordingly. Responses to the RFI will not be returned. In accordance with FAR 15.201(e), responses to this notice are not an offer and cannot be accepted by the Government to form a binding contract. Responders are solely responsible for all expenses associated with responding to this RFI. Once Market Research has been completed, a formal Request for Proposal (RFP) may be placed on GSA eBuy. It will be the responsibility of prospective offerors to check this site regularly for any postings or changes. The Marine Corps will use the results of this announcement to determine what capabilities exist in the marketplace to fulfill the Government requirement outlined above. 6.0 CONTACT INFORMATION Any questions and/or comments concerning this RFI should be submitted to the following e-mail address: anthony.fennell@usmc.mil ; include M67854-14-I-4024 in the subject line.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/USMC/Contracts_Office_CTQ8/M67854-14-I-4024/listing.html)
- Place of Performance
- Address: 2200 Lester St, Quantico, Virginia, 22134, United States
- Zip Code: 22134
- Zip Code: 22134
- Record
- SN03291048-W 20140221/140219234426-f851e52f20c2f035c8e30654f0340d7f (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 |