Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF OCTOBER 17, 2014 FBO #4710
SOURCES SOUGHT

R -- Cyberspace Infrastructure Planning System (CIPS)

Notice Date
10/15/2014
 
Notice Type
Sources Sought
 
NAICS
541512 — Computer Systems Design Services
 
Contracting Office
Department of the Air Force, Air Force Space Command, 38 CONS, 4064 Hilltop Road, Tinker AFB, Oklahoma, 73145-2713, United States
 
ZIP Code
73145-2713
 
Solicitation Number
FA8773-15-R-8003
 
Archive Date
11/18/2014
 
Point of Contact
Sandra M. Fink, Phone: 4057349640, Gary F. Ethridge, Phone: 4057342951
 
E-Mail Address
sandra.fink@us.af.mil, gary.ethridge@us.af.mil
(sandra.fink@us.af.mil, gary.ethridge@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Synopsis: 1. The 38 Cyberspace Engineering Installation Group (CEIG), Tinker AFB OK is conducting a sources sought/market survey. The purpose is to acquire information regarding contractor's capability to provide maintenance, sustainment, documentation, and modernization of the Cyberspace Infrastructure Planning System (CIPS) on both classified and unclassified networks, physically located at Tinker AFB OK. This includes requirements specification, design, implementation, unit testing, integration and system testing, database administration, and system technical support for CIPS software and hardware. The Contractor must provide consultation and support to the government to facilitate testing as requested. The Contractor must adhere to Department of Defense, Air Force, major command, installation, organizational, or any other government mandated guidance and directives while maintaining and modernizing the system. The term, CIPS, refers to the entire system, to include all integrated components that support the cyber infrastructure lifecycle, from shortfall identification through project implementation, infrastructure documentation and infrastructure O&M activities. The government is not looking to replace the current system but to continue performance as well as modernization on the current system. The contractor must have a demonstrated capability in the following commercial off the shelf (COTS) software: OPERATING ENVIRONMENT: Windows (Server 2003, 2008, 2010, 2012; Desktop 7, 8), Hyper-V.NET framework, Oracle, SQL Server LANGUAGES USED:.ASP, C#, Java, Javascript, HTML, XML, XSLT, SQL, PL-SQL, JQuery, Angular JS, MVC-4 ADDITIONAL TOOL(S)/CAPABILITIES: Oracle Spatial, Oracle Enterprise Manager, MS Office, MS Visual Studio, Infragistics, NetBeans, LogiXML Tools, Eclipse, Altova, TOAD (Dell), FME, ESRI ArcGIS, Adobe Technical Suite, Adobe E-Learning Suite, MS Team Foundation Server (TFS), LINQ, Doc-o-matic Pro, Atomineer Pro Documentation, A10 vThunder (ACOS), Web Feature Service, Web Map Service, ODATA, Quantum tape system (inc software) 2. This proposed contract is being considered as a set-aside under a small business set-aside program. The North American Industry Classification Systems (NAICS) Code proposed for the requirement is 541512. The size standard for NAICS 541512 is $27.5M. The government is interested in all small businesses including (8(a), Historically Underutilized Business Zone, or Service Disabled Veteran Owned Small Businesses that are interested in performing this requirement. The government requests interested parties submit a brief description of their company's business size (i.e, annual revenues and employee size), business status (i.e., 8(a), Historically Underutilized Business Zone, or Service Disabled Veteran Owned Small Businesses, small business) anticipated teaming arrangements, and a description of similar services offered to the Government and to commercial customers. Any responses involving teaming agreements should delineate between the work that will be accomplished by the prime and the work accomplished by the teaming partners. The Government will use this information in determining its small business set-aside decision. In addition, request Contractor provide a list of any other NAICs they feel are applicable. Contractor shall specify your business size status for each NAIC in your response. Also, provide an established contract vehicle, if known, by name, contract number, and administering office/address 3. THIS IS A REQUEST FOR INFORMATION ONLY. It is not a Request for Proposal, a Request for Quotation, an Invitation for Bids, a solicitation, or an indication the US Air Force (AF) or 38 Cyberspace Engineering Installation Group (CEIG) will contract for the items contained in the RFI. 38CEIG will not pay respondents for information provided in response to this RFI. This RFI is part of a Government market research effort to determine industry capabilities to provide services for similar or like systems in the following areas. Address your capabilities to accomplish the referenced tasks and provide highlights of successful past experience on similar government contracts within the past five years. a. Ensure similar system is operational 99% of the time during normal duty hours, excluding scheduled down-times. b. Provide system troubleshooting and maintenance necessary to restore the systems, both on-site and remotely. c. Maintain or improve the architecture strategy. d. Ensure database structure is compliant with spatial data standards e. Provide database monitoring, administration and performance tuning of all related servers, to include classified servers. f. Ensure system meets Information Assurance standards/compliance, and that database and web server security is upgraded according to DoD and AF regulations. g. Maintain required Information Assurance (IA) credentials for staff, as needed; Perform and manage program IA level II tasks required for certification and accreditation. h. Perform database backup, recovery and restoration of service. i. Maintain and sustain all Commercial Off The Shelf (COTS) software to support production servers and client workstations. j. Maintain and update (as needed) the Communications Mission Data Set (CMDS) for the geospatial component. k. Perform database updates and application changes. l. Produce meaningful system performance metrics for application and database servers m. Manage and resolve defects using the approved software lifecycle management tool. n. Continue to develop and maintain a single baseline, as appropriate, for NIPR and SIPR networks, utilizing mature software lifecycle processes. The application code will be unclassified. o. Provide ongoing system testing as needed to support software lifecycle activities. p. Manage development and test systems on the development network, to include operating systems, application software, databases, and hardware. On the production network, manage production applications and databases. q. Provide full support Help Desk service, to include user account administration, on location during normal and extended duty hours. r. Create and maintain required system online help and training resources. s. Provide system training services, to include online, remote, and on-site training, as required. t. Produce and maintain system technical orders. u. Log, manage, and process enhancements and Change Requests v. Perform as a member of teams consisting of Government and Contractor personnel. w. Provide input to support system project and lifecycle reviews. 4. Describe contractor personnel capabilities and experience to develop and implement the following new or redesigned capabilities: a. Develop and implement a plan to transition a portion or all of this system from the unclassified network (NIPRNet) to the classified network, SIPRNet. b. Develop a construction and "as built" capability in the geospatial component to support project planning and implementation efforts. c. Interface with other Enterprise Automated Information Systems (AIS), such as TMS, Remedy, and TCOSS. d. Implement performance initiatives to enhance capabilities and improve performance, such as improved email and system notifications, enhanced user query capabilities, and business object cloning. e. Develop and Implement the capability for a system to utilize mobile technology platforms for both production and for development systems. 5. Please provide your response electronically on no more than ten single-sided, single-spaced pages using 12-point, Times New Roman font, and minimum one-inch margins, in Microsoft Word format. Responses to,this RFI are requested by close of business on 3 Nov 14. All responses shall be unclassified and reviewed to ensure consideration of operational sensitivities. All RFI responses and, correspondence related to this matter should be ' e-mailed (preferred), or mailed to: AFSPC 38 CONS/LGCC (Attn: Sandra Fink and Gary Ethridge) Bldg 4004 Hilltop Rd., Tinker AFB, OK 73145-2713 E-mail: sandra.fink@us.af.mil (405)734-9640; gary.ethridge@us.af.mil (405)734-2951.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/16899d9be63f1cf52b677ec3694663c8)
 
Place of Performance
Address: 38 OSS/OSM, Tinker AFB, Oklahoma, 73145, United States
Zip Code: 73145
 
Record
SN03550467-W 20141017/141015234218-16899d9be63f1cf52b677ec3694663c8 (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.