Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 28, 2015 FBO #4995
SOURCES SOUGHT

D -- Request for Information eGIRFI07242015

Notice Date
7/26/2015
 
Notice Type
Sources Sought
 
NAICS
541519 — Other Computer Related Services
 
Contracting Office
Defense Logistics Agency, DLA Acquisition Locations, DLA Contracting Services Office, 8725 John J. Kingman Road, Suite 0119, Fort Belvoir, Virginia, 22060-6220, United States
 
ZIP Code
22060-6220
 
Solicitation Number
SP470115eGIRFI07242015
 
Archive Date
9/10/2015
 
Point of Contact
Joseph Tierney, Phone: 2157374714
 
E-Mail Address
Joseph.Tierney@DLA.Mil
(Joseph.Tierney@DLA.Mil)
 
Small Business Set-Aside
N/A
 
Description
REQUEST FOR INFORMATION ENTERPRISE GEOSPATIAL INFORMATION SYSTEM (eGIS) THIS IS A DRAFT THIS IS NOT A SOLICITATION ANNOUNCEMENT FOR PROPOSALS. NO CONTRACT WILL BE AWARDED FROM THIS ANNOUNCEMENT. NO REIMBURSEMENT WILL BE MADE FOR ANY COSTS ASSOCIATED WITH PROVIDING INFORMATION IN RESPONSE TO THIS ANNOUNCEMENT OR ANY FOLLOW-UP INFORMATION REQUESTS. NO TELELPHONE CALLS OR REQUESTS FOR A SOLICITATION WILL BE ACCEPTED OR ACKNOWLEDGED. COMPANY BROUCHURES ARE NOT DESIRED. •1.0 Introduction This document is a Request for Information (RFI) for market research purposes only. Defense Logistics Agency (DLA) Information Operations is seeking to implement a Geospatial Information System (GIS) to collect, store, render and report on geospatial information integrated with non-geospatial information. The RFI objective is to gain knowledge of potential software solutions, explore industry capabilities and ascertain potential lifecycle costs of a GIS that can be implemented as an enterprise tool. For efficiency reasons, the successful implementation of the enterprise GIS tool must have the capability to integrate data from multiple sources, and interface with other systems to integrate non-GIS data. •2.0 Scope Potential suppliers should note that this RFI is for understanding the potential capabilities and costs associated to the implementation of an Enterprise GIS (eGIS), and there is no commitment from the government that a contract will be awarded based of the RFI. DLA Information Operations is seeking innovative and cost-effective solutions, which will meet the evolving requirements of the project. Baseline system requirements will be provided within this RFI. •3.0 Background DLA Information Operations is seeking to implement an eGIS to collect, store, render and report on geospatial information integrated with non-geospatial information. An eGIS could be used within the agency to: •· Manage infrastructure and property to include utility and environmental information •· Facilitate master and strategic planning •· Perform data visualization with analytics •· Plan for contingency operations •· Track logistics routing •· Support disaster response •· Provide situational awareness of strategic, operational and tactical levels of bulk petroleum •· Visualize MILCON "what-if" scenarios with predictive analytics •· Strengthen emergency services capabilities Ultimately, the eGIS should be instrumental in reporting and analytics. The eGIS should provide the most up to date information to potentially 500 users, increasing situational awareness and assisting in various decision making processes. •4.0 Scenario Demonstrations The eGIS will support many stakeholders across the Defense Logistics Agency. Real world examples that the eGIS will need to support are outlined in Section 5.0 of this RFI. Responders shall be prepared to demonstrate scenario capabilities as part of the response. For each scenario, a user will need to enter the DLA eGIS system with a Common Access card (CAC). The system shall be role based, and authentication should be based on permissions. Finally, the user interface must be Section 508 compliant. Source data files to be utilized for these scenarios will be provided by the government. Demonstration Requirements •· Responders shall contact Mr. Joe Tierney at Joseph.Tierney@dla.mil to obtain the source data files required to demonstrate the scenarios. Responders shall use the source data to extract the functional and technical requirements necessary to adequately configure the demonstration scenarios at the appropriate level of detail. Please note when emailing Mr. Tierney for the scenario package, reference RFI for eGIRFI07242015 in the subject line. •· For each scenario, Responders shall identify and provide a written record of all Business Functions and/ or Core Capabilities in their proposed technical approach that are used to support the scenario. •· For each scenario, Responders shall identify and provide a written record of all inter-exchanges among Core Capabilities and methods used to accomplish these exchanges to support the scenario. •· For each scenario, Responders shall identify and provide a written record of all instances in the demonstration of the scenario where a stub or a simulation is used as a temporary substitute for a yet to be developed elements of their proposed technical approach. •· For each scenario, Responders shall identify and provide a written record of all business rules used in the demonstration of the scenario. •· For each scenario, Responders shall demonstrate the main course of action, as well as all of its variations sequentially. Wherever parts of the scenario lack a clearly visible user interface component, Responders shall ensure that good visualization techniques are used to demonstrate the underlying proposed technical approach. •· For each scenario, Responders shall describe how preconditions (if any) have been accomplished. •· During the demonstration, Responders shall identify all system boundaries, inter-system information exchanges and user-to-system interactions. •4.1 Key Assumption •· Responders shall disclose all extensions that were created to support the demonstration of scenarios. An extension is defined as a supplementary routine that adds capabilities to an application without changing the proposed technical approach. •4.2 Demonstration Environment Responders shall prepare the demonstration environment as follows: •· Responders shall provide all hardware required to support the demonstration. •· Responders shall provide all software required to support the demonstration. •· Responders shall provide necessary Internet access to support the demonstration. •5.0 Scenarios •5.1 Scenario 1: Space Management Preconditions: None Description: Both DLA activities and tenant organizations approach Installation Management with space requests on a routine basis and the provision of an interface supporting development of quick scenarios will improve customer service and request response time. This function shall demonstrate the ability to plan for space management requests. Installation Support needs to find space for 60 personnel who are being displaced due to a SRM project on their current building. The temporary relocation will also cause a strain on parking due to limited parking on installation. Installation Support needs to identify green space to use as temporary parking area to support base personnel. Variation(s): •1) User wants the ability to reference building floor plans to enhance the ability to manage space. •2) User would like to view on a map the areas occupied by DLA and Tenant organization broken down by use. •3) User would like functionality to quickly amend/create/remove spaces to reflect proposed and approved scenarios with a hard copy output. •4) User will want to have comprehensive and selectable PDF reports exported with important information such as occupants, use, square footage, etc •5) User requires a means to link all of the evidentiary materials to each individual real estate asset. •5.2 Scenario 2: Backlog Information Preconditions: None Description: This function will provide a means to view a timeline of changes in backlog information. Backlogs should reflect in a graduated circle schema. The size of the circle represents the size of the backlog. With three circle sizes and colors, the smallest circle should be green and reflect backlog numbers of 0-3237. Next size, obviously larger yellow circle would be 3238-25573 and the largest red circle would be 25574-infinity. Variation(s): •1) User wants to see any flux in backlog for all DLA sites. User loads the backlog data with an excel file and it links using the "Field Site" attribute column in the Excel file and the "Site Name" in the shapefile. User then slides a Time Slider to view the changes in backlog per site according to the settings mentioned above and the dates provided in the Excel file, as well as labels of the field site and backlog number. •2) User then wants the ability to export the map from #1 above into a PowerPoint document along with headers and table of contents. This function should be available at any point along the Time Slider. •5.3 Scenario 3: War Reserve Product Reporting Preconditions: None Description: This function will be primarily focused on displaying war reserve data which are map products stocked in the event of a war. These products are folded maps on the shelf and provided within a shapefile with all attribute data including quantities on hand at the three Map Support Offices (MSOs) New York, NY, Miami, FL and Chicago, IL. A detailed reporting option is also necessary to show important product information and stock levels. Fill percentages will be based on if the war reserve falls within a range as follows: Red (R) = 0-20%, Yellow (Y) = 21-75%, Green (G) = 76-100% based on the attribute column "War" which indicates the goal quantity on-hand. Variation(s): •1) User wants to see all war reserve levels for all product types (jog1, jog2 and jog3) at the Map Support Office (MSO) New York, NY. Boxes should show representing what products are stocked at MSO NY, color shaded based on the percentages above. User should also be able to toggle/choose between product types (jog1, jog2 and jog3), as well as the three MSOs. •2) User wants to pull a report for all war stock at MSO Miami, FL. User should select the MSO, war reserve products (jog1, jog2 and/or jog3) and have a PDF and/or Excel report display showing a detailed report of the products, stock levels, percentages and even overall percentages of the MSO's war reserve. •3) User wants to see attributes of war reserve products stocked at MSO Chicago, IL by clicking on the box representing a war reserve product on the map and having an attribute window appear with all attributes showing. •5.4 Scenario 4: Disaster Support and Recovery Preconditions: Some data ( * ) r equires an external service or link. Show how this would be performed if it cannot be linked for the scenario. Description: Hurricane Paula, a Category 5 hurricane, has hit the southeast area near the Georgia/South Carolina border. There is wide spread destruction with erosion and flooding throughout the entire region. The Federal Emergency Management Agency (FEMA) has requested DLA provide humanitarian material assistance with bottled water, cots, blankets, meals, generators and fuel. In order to provide the assistance to FEMA, the Joint Logistics Operations Center (JLOC) is requesting a Common Operation Picture (COP) that displays the following information: Variation(s): In order to provide the assistance to FEMA, the Joint Logistics Operations Center (JLOC) is requesting a Common Operation Picture (COP) that displays the following information: •· The location and quantity of DLA First-to-go assets •· Status of highways and roads affected by the storms ("Road_Status" column in the Roads.shp) •· Location of all DLA / military facilities in and around the affected area •· Current weather Map / storm tracking ability* •· Location of military fuel depots •· Location and quantities of MRE/UGR •· Ability to calculate transit time from point A to B •· FEMA pre-positioned areas •· Critical infrastructure located on Government facilities in the affected areas •· HSIP information* •6.0 Requirements DLA Information Operations is seeking an enterprise tool that is capable of integrating geospatial and non-geospatial information, displaying the information and providing situational awareness/reporting based on the information. Through this RFI, the goal is to understand the art of the possible with GIS technology. A list of high level requirements can be provided; however, the following key requirements will need to be supported in the future eGIS. •6.1 Transmission and File Types The GIS shall have the capabilities to consume geospatial information from other providers (public and Government), and must also have the capability to create its own source geospatial information. The GIS must be able to interface with other systems for both geospatial and non-geospatial data. The GIS must be able to interface with other Department of Defense (DOD) GIS systems. The GIS shall have the ability to import or export data using common file types which will include, but are limited to PDFs, webpages, email, database entries and shapefiles. •6.2 System Requirements System shall be Common Access Card (CAC) enabled. The system must be accessible for unclassified and classified information. The system shall support CONUS and OCONUS infrastructure. The system shall support access to GIS via mobile devices. The system shall minimally support SDSFIE v3.1 compliant data to enable data sharing and integration with data providers (i.e. : services) •6.3 Mapping Requirements The system shall allow users the capability to create a new map. The system shall allow users the capability to save a map. The system shall allow users the capability to update a map. The system shall allow users the capability to print a map. The system shall enable map overlays. The system shall ingest non-geospatial data and have the ability to create geospatial data from it (Relative to attributes being present). The system shall provide the ability to filter maps and create reports by attribute. •6.4 Business Requirements The system shall provide a Common Infrastructure View. The system shall allow for drill down capability based on the organizational hierarchy. Users shall have the capability to navigate the system via a list or interactive map. The system shall enable the ability to link documents to views and/or maps. The system shall display information via map, chart, table or graph. The system shall provide visibility of published services for desktop users without requiring the use of the web browser. •6.5 User Interface Requirements The user interface shall display any type of geospatial data. The system user interface shall provide a single authoritative Common Operational Picture in real time/near real time. The system user interface shall allow search capability based on multiple attributes. The system user interface shall be customizable based on role. •6.6 Authentication/ Role Requirements The system shall be managed by roles and permissions. The system shall automatically log the user into the application based on the user profile. •6.7 Reporting Requirements The system shall enable the collection of statistics to provide a common infrastructure view. The system shall support analytics and trending. The system shall support performance data visualization. The system shall provide reports with geo-spatial reference for decision making. The system shall provide alerts to management. •6.8 Data Migration Requirements The system shall need to interface with or migrate data from GIS files stored locally. The system shall have the capability to migrate data from an unclassified to a classified environment. The system shall have the capability to keep data in sync from unclassified to classified environments. •7.0 Response Instructions RFI responses must conform to the format below and provide the requested information. •7.1 Section 1 - Cover Letter The cover letter must include the following information: Company name Company business size with socioeconomic classification based on North American Industry Classification Code 541519/$25 million. Company point of contact and contact information (name, address, phone number, email address, and fax number) Date submitted. •7.2 Section 2 - Market Research Questions The purpose of this section is to obtain information that will assist in making a decision on whether any solutions are available in the market to satisfy the functional requirements and objectives; and determining a ROM pricing estimate. The RFI defines solution as software that is either an application software package or a service. If the full solution requires multiple market solutions, each vendor solution should be described. •7.2.1 Technical Parameters and Background Questions Please answer the following questions with regard to your proposed solution: •1) What are the database platform, operating system, and development standards that could be used in your proposed solution? •2) DLA Information Operations will need to support users across the agency with a minimum of 500 users. What are the limits on adding new users in your proposed solution? How do you purchase licenses (incremental basis, one at a time, etc.)? •3) What are the hardware requirements of your proposed solution? Please share a proposed infrastructure to include number and type of servers required. Please indicate scalability of the proposed solution. •4) Are there any limitations enforced in product versions of your proposed solution (i.e. maximum number of connections, maximum size of the database, maximum number of queries/transactions, etc.)? •5) DLA would prefer a solution that allows for self-customization. Within your proposed solution, would DLA be able to make modifications to the code? Please indicate the percentage of your solution that is supported by out of the box software and the percentage of customer development. •6) What kind of supporting documentation is included or available for your proposed solution (user manual, administrative guide, etc.)? •7) What kinds of support options are available for your proposed solution? •8) The proposed solution must be able to meet all applicable DOD security requirements. Is your proposed solution capable of meeting this requirement? •9) What is your background working with the DLA and GIS technologies? •7.2.2 Live Demonstrations In addition to a written proposal, DLA Information Operations requests a live technical demonstration of the proposed capability to include solutions for the scenarios outlined in Section 5.0. Vendors are requested to utilize the source data that is provided within Appendix A of this RFI. Any data not provided to support the scenario can be manufactured by the vendor. Demonstrate that each scenario execution follows the scenario as described to achieving the desired result. Demonstrate ability to produce the required output as specified in each scenario. Demonstrate that the business services and core components utilized in the demonstration of the scenarios are easily configurable, open, mature and extensible. All demonstrations shall be conducted in real time using representative hardware and software to execute the scenarios within the allotted time. Screen shots, animation and PowerPoint presentations, by themselves, are not sufficient for the technical demonstrations. •7.2.2.1 Demonstration Materials The technical materials must describe the configuration of the demonstration in terms of hardware and software. •7.2.2.2 Demonstration Constraints Responders shall follow the demonstration requirements outlined in Section 4.0. The Responders shall identify the authors of the technical demonstration by name and association with the Responders. Attendance at the technical demonstration shall be limited to a maximum of eight personnel. The Responders will be given 30 minutes for set up. Demonstrations will be limited to two hours, with a minimum of 30 minutes allotted for questions. The Government may ask the Responders clarifying questions during the course of the presentation. All Responders will be given the same opportunity to present. •7.2.2.3 Demonstration Media Demonstration media includes CD/DVD media that contains the software configuration of the demonstration itself. The demonstration slides will use a minimum of 20 point font, and be limited to a maximum of thirty (30) slides with no "Notes" pages. The slides shall describe the execution of the scenarios. Demonstration media is limited to computer based graphics of the Responder's choice or normal viewgraph slides displayed using an appropriate projector. Unobtrusive company logos or names can be inserted in any or all slides. Slides should be sequentially numbered in the lower right corner. Transition effects shall not be used. Except for the screen provided in the conference room, the Government will provide no additional equipment. The Responders shall be responsible for any equipment (projectors, hardware, and software) and wireless network access support necessary to support the presentation. •7.2.2.4 Demonstration Scheduling A member of the Enterprise Geospatial Information System (eGIS) Program Management Office (PMO) will schedule the technical demonstration with each Responder. Demonstrations are tentatively planned for late August or during the month of September in Battle Creek, Michigan. The exact location, seating capacity, and any other relevant information will be provided when the presentations are scheduled. Demonstrations also need to be supported virtually so stakeholders at multiple locations can participate. •7.2.3 ROM Please submit one ROM cost estimate for each proposed solution. The ROM estimate will help the Government determine the potential cost of acquiring and maintaining a solution over its life cycle. Please use the pricing template at the end of this section to submit the estimate. •7.2.3.1 Ground Rules and Assumptions Cost period - Provide ROM pricing for a 5-year period (FY16-20) including annual inflation. Current-year dollars - Express costs in the value of the year in which a cost is expected to occur, including the effects of inflation. Inflation - Apply inflation using the appropriate annual inflation factor, where applicable. Ownership cost elements - Break out cost elements separately between 1.0 investment cost elements and 2.0 sustainment cost elements. •o Investment cost - cost to acquire and deploy the system, including, but not limited to, software, integration/implementation customization, testing, initial training, and deployment. •o Sustainment cost - cost to maintain and support the system over its life cycle, including, but not limited to, software maintenance and upgrades, help desk support, and recurring training. Scope - Provide ROM pricing to acquire, implement, maintain, and sustain a fully operational solution using an existing DOD data center. System capabilities - Include pricing for business process and system capabilities included in this RFI. Key milestone schedules - Assume the following schedule for pricing purposes only: •o Contract award Contract Award •o Initial Operational Capability Contract Award + 12 months •o Full Operational Capability Contract Award + 36 months Basis of estimate - List general ground rules and assumptions used to generate the ROM estimate for each cost element in a basis of estimate. Provide the details used to price each cost element explaining how costs were derived, including the assumptions made, unit costs, cost factors, quantities, hours, and calculations used to estimate costs. Cost elements: •o Investment cost elements •§ Software - Include costs for system deployment software, including licensing, user fees, and application server fees for new software programs and an archive or backup copy required in the development and pilot environments as well as the cost for software warranties and initial documentation. •§ Interfaces - Include the cost to develop new system interfaces required to conform to the requirements of the functional requirements and technical environment. Assume that interfaces fall into one of three categories (1) simple/small interfaces, (2) moderate/medium interfaces, and (3) difficult/large interfaces. Please provide pricing for each category type. •§ Integration and implementation - Include the cost to develop requirements and business rules, customize/design the system, and access the initial setup. •§ Customization/design/development - Include pricing to ensure the solution supports the requirements. Detail the assumptions made for pricing customization/development to meet all requirements presented in this RFI. Please identify the number and labor categories of resources required to support requirements. •§ Testing - Include costs for developmental and operating testing as well as for pilot testing to validate the proof of concept. •§ Initial training - Assume a 1 to 2 day initial on-site training class for the functional users at the Pentagon, Arlington, Virginia and Web-based training. If the vendor recommends additional training, include pricing and provide basis of estimate. •§ Deployment - Include the cost to install and activate an executable solution, including IOC and FOC activities. •o Sustainment cost elements •§ Software maintenance - Annual cost to provide software maintenance, including modifications, revisions, enhancements, corrections, and updates. Includes the cost to provide major software releases as applicable to the solution proposes. •§ Information Assurance compliance - Provide the cost for estimated information assurance compliance work and include the period, e.g., monthly. Include the cost for updating software based on information assurance vulnerability alerts (IAVAs). •· In accordance with DOD 8570.01-M Information Assurance Workforce Improvement Program, DOD software systems must comply with the Information Assurance Vulnerability Management (IAVM) process which is the DOD patch management program that generates alerts issued by DOD to direct enterprise-wide response to specific software vulnerabilities. Whenever software vendors release security patches and hot fixes for their technology, the DOD issues formal requirements to acknowledge and report compliance (i.e., how many systems are affected, and how many have been fixed) via the Vulnerability Management System (VMS) operated by the Defense Information Systems Agency (DISA). •· There are three types of IAVM notifications: (1) IA Vulnerability Alerts (IAVA) address severe network vulnerabilities resulting in immediate and potentially severe threats to DOD systems and information. Corrective action is of the highest priority due to the severity of the vulnerability risk. (2) IA Vulnerability Bulletins (IAVB) address new vulnerabilities that do not pose an immediate risk to DOD systems, but are significant enough that noncompliance with the corrective action could escalate the risk. (3) Technical Advisories (TA) address new vulnerabilities that are generally categorized as low risk to DOD systems. •· Software vendors must support IVAM efforts by performing the following IA vulnerability activities: (1) Assess and implement applicable patches and fixes including IAVA, IAVB, and TA. (2) Install, test, maintain, and upgrade operating systems software and hardware to comply with IA requirements. These IA activities must be included in ROM pricing. •§ Help desk - Include the annual cost to provide level 3 help desk support. •§ Training (Recurring) - Include the costs for annual follow-on training based on employee attrition (turnover) rates. •o Cost template revisions - Add cost elements or adjust the price template where applicable to appropriately price the proposed solution. •o ROM cost risk - Identify at least three significant cost risk factors that could potentially increase (drive up) the cost of the projected ROM estimate submitted. Also indicate the risk rating (high, medium, or low) for each cost risk and the expected percentage increase in total cost if the risk occurs. •7.2.3.2 Pricing Template •8.0 Submission Instructions Responses to this RFI must total no more than 5 pages double-sided, with text no smaller than 12 point; however, text included in graphics, tables, and figures can be no smaller than 9 point. The cover page, cover letter, table of contents, and the rough order of magnitude (ROM) table are not included in the total page count. Any material submitted in excess of the 5 page limit and the page limitation exclusions will not be considered. The submissions must be in sufficient detail and clarity to provide the information needed to assess your company's ability to provide a solution. •8.1 Submission Address Email your company capabilities in response to this RFI to Joe Tierney at Joseph.Tierney@dla.mil. Please clearly mark your email under the subject line with the following: Response to eGIRFI07242015 •8.2 Submission Date RFI response must be submitted no later than 30 days after solicitation is posted, August 26, 2015 EDT. •8.3 Place of Performance: Work will be performed at Battle Creek, MI, and at the contractor's facilities. •8.4 Primary Point of Contact: A primary point of contract will be provided at the time of award. •8.5 Contracting Office Address: DLA Contracting Support Office 700 Robbins Ave, Bldg 26 (2 nd deck N) Philadelphia, Pennsylvania 19111 J.Tierney 215 737 4714 Please be advised that all submissions become Government property and will not be returned. Respondents may mark their submission with restrictive legends and the Government will honor those restrictive legends in accordance with existing public law and implementing regulations. RFI responses will NOT be shared with other industry suppliers and will solely be used as part of the acquisition planning process. The requested information is for planning purposes only and does not constitute a Request for Proposal (RFP) nor does it restrict the Government as to the ultimate acquisition approach. The Government does NOT intend to award a contract on the basis of this RFI or to otherwise pay for the information solicited. Any contract that might be awarded based on information received or derived from this RFI will be the outcome of the competitive acquisition process. The Government will not provide acknowledgment of the number, identity or socio-economic status of responses received. THIS IS NOT A SOLICITATION ANNOUNCEMENT FOR PROPOSALS. NO CONTRACT WILL BE AWARDED FROM THIS ANNOUNCEMENT. NO REIMBURSEMENT WILL BE MADE FOR ANY COSTS ASSOCIATED WITH PROVIDING INFORMATION IN RESPONSE TO THIS ANNOUNCEMENT OR ANY FOLLOW-UP INFORMATION REQUESTS. NO TELELPHONE CALLS OR REQUESTS FOR A SOLICITATION WILL BE ACCEPTED OR ACKNOWLEDGED. COMPANY BROUCHURES ARE NOT DESIRED.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DLA/J3/DLA-DSS/SP470115eGIRFI07242015/listing.html)
 
Place of Performance
Address: Battle Creek, MI, United States
 
Record
SN03810748-W 20150728/150726233239-37a70f206ff7a5bc079a41bbad7137b1 (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.