SOURCES SOUGHT
D -- Customs Process Automation Sources Sought/RFI - Draft Performance Work Statement
- Notice Date
- 11/26/2014
- Notice Type
- Sources Sought
- NAICS
- 541511
— Custom Computer Programming Services
- Contracting Office
- Other Defense Agencies, United States Transportation Command, USTRANSCOM Command Acquisition, 508 Scott Drive, Bldg 1900, Scott AFB, Illinois, 62225, United States
- ZIP Code
- 62225
- Solicitation Number
- HTC711-15-ZD06
- Archive Date
- 4/30/2015
- Point of Contact
- Jennifer M. Knobeloch, Phone: 6182207046
- E-Mail Address
-
jennifer.m.knobeloch.civ@mail.mil
(jennifer.m.knobeloch.civ@mail.mil)
- Small Business Set-Aside
- N/A
- Description
- Draft Performance Work Statement USTRANSCOM is seeking information in support of its requirement for Customs Process Automation (CPA). The purpose of this market research is to help develop the Government's acquisition strategy in support of this requirement. This Request for Information (RFI) is for informational and planning purposes only. It does not constitute an Invitation for Bid (IFB) or a Request for Proposal (RFP), nor is it to be construed as a commitment by the Government. Respondents are solely responsible for all expenses associated with this RFI. Interested Offerors should provide responses consisting of two sections. The first section should include the following and there is no limit on the number of pages: 1) Company Name along with a Point of Contact 2) DUNS Number 3) Cage Code 4) Business size under NAICS 541511 5) A list of existing ID/IQ Contracts or GSA Schedules that USTRANSCOM is able to order off of (e.g. ENCORE II, GSA Sch 70, GSA VETS, etc.) 6) A listing of similar efforts, if any, that the respondent has performed in the private sector. This will help determine commerciality of the requirement. 7) A listing of similar efforts, if any, that the respondent has performed for the Government, if those contracts were considered commercial, and what the contract type was (Firm Fixed Price, Labor Hour, Cost Plus Award Fee, Cost Plus Fixed Fee, etc). In the second section, the respondent should provide examples of efforts they have performed that were similar to the performance areas listed below. Responses are limited to five pages. 1) Experience with sustaining, designing, developing, maintaining, and administering complex software web applications using Oracle Procedural Language/Structured Query Language (PL/SQL), Java, and Hewlett Packard (HP) Fortify Static Code Analyzer (SCA). 2) Experience in administration of Oracle Solaris 10 Operating Systems, Oracle 11g (11.2.0.4) Databases, and Oracle 11g (10.3.6) WebLogic Servers. 3) Experience developing and maintaining data interfaces between multiple systems using Web Services, Web Services Definition Language (WSDL), Simple Object Access Protocol (SOAP), eXtensible Markup Language (XML), XML Schema Definition (XSD), Hyper Text Transfer Protocol Secure (HTTPS), and Secure File Transfer Protocol (SFTP). 4) Experience in preparing and maintaining accreditation documentation, Information Assurance (IA) Control implementation and Validation, and Information Systems Security Engineering. 5) Experience recruiting and retaining qualified technical resources to staff for an IT sustainment program. The Government has contracted with Paragon Technology Group Inc, 723 Seibert Rd Ste 1, Scott AFB, IL 62225 to provide advisory assistance to the requiring activity. Paragon personnel may have access to responses. Your submission shall be considered your written consent to release proprietary, confidential or privileged commercial or financial data included in your proposal to Paragon personnel. All contractor personnel have signed a nondisclosure certificate prohibiting them from releasing proprietary information. A draft Performance Work Statement has been attached. Responses should be sent to Ms. Jen Knobeloch, jennifer.m.knobeloch.civ@mail.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/ODA/USTC/USTRANSCOM/HTC711-15-ZD06/listing.html)
- Place of Performance
- Address: Contractor's Facility, United States
- Record
- SN03582980-W 20141128/141126234350-d134a2f4c612a2830d592797044bca08 (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 |