SOURCES SOUGHT
D -- Automated Installation Entry (AIE) Baseline 2.2 Development
- Notice Date
- 12/8/2017
- Notice Type
- Sources Sought
- NAICS
- 541512
— Computer Systems Design Services
- Contracting Office
- Department of the Army, Army Contracting Command, ACC - APG (W909MY) Belvoir, 2461 Eisenhower Avenue, Alexandria, Virginia, 22331, United States
- ZIP Code
- 22331
- Solicitation Number
- W909MY-18-R-A009
- Point of Contact
- Justin D. Lumpkin, Phone: 7037040819, Rosetta Wisdom-Russell, Phone: 703-704-0826
- E-Mail Address
-
justin.d.lumpkin2.civ@mail.mil, rosetta.wisdom-russell.civ@mail.mil
(justin.d.lumpkin2.civ@mail.mil, rosetta.wisdom-russell.civ@mail.mil)
- Small Business Set-Aside
- N/A
- Description
- Solicitation: W909MY-18-R-A009 REQUEST FOR INFORMATION: Automated Installation Entry (AIE) Baseline 2.2 Development REQUEST FOR INFORMATION (RFI): THIS IS NOT A SOLICITATION; The Government is not obligated to make an award as a result of this request. This Request for Information (RFI) is for information purposes only; it is not an Invitation for Bid (IFB), a Request for Proposal (RFP), or a Request for Quotation (RFQ). No solicitation document exists and a formal solicitation may or may not be issued by the Government as a result of the responses to this RFI. The Government will not be liable for payment of any response preparation expenses and information and materials received in response to this RFI and is in no way obligated by the information received. Any costs incurred by interested companies in response to this announcement will NOT be reimbursed. The information provided may be used by the Army in developing a future acquisition strategy, Performance Work Statement, Statement of Objectives and/or Performance Based Specification(s). INTERESTED PARTIES ARE RESPONSIBLE FOR ADEQUATELY MARKING PROPRIETARY OR COMPETITION SENSITIVE INFORMATION CONTAINED IN THEIR RESPONSE. NOTE: All interested parties are encouraged to respond by submitting a white paper not to exceed 10 pages. The ideas presented in the white paper will be discussed and assessed by the U.S Army Communications-Electronics Command (CECOM), Force Protection Systems on behalf of Software Engineering Center (SEC) and other Government agencies involved in the AIE Program. NOTE: The use of RFI Number W909MY-18-R-A009 is for tracking purposes only. BACKGROUND/ DESCRIPTION: The Army Contracting Command - Aberdeen Proving Ground (ACC-APG) Belvoir Division is conducting market research on behalf of the U.S. Army CERDEC SEC and AIE program office, in accordance with Federal Acquisition Regulation (FAR) Part 10. The purpose of this RFI is to identify potential sources that have the skills, experience, knowledge, and capabilities required to perform software technology upgrades, AIE system modifications, and installation at all AIE 2+ sites. Commercial software applications are reaching end of life or will no longer be supported. The AIE 2 + test lab, located at Ft. Hood Texas, will be used to test the solution prior to fielding. The associated North American Industry Classification System (NAICS) code for this effort is 541512 "Computer Systems Design Services". DESCRIPTION OF REQUIREMENTS: AIE 2+ has the need to upgrade from Windows 7 operating system to Windows 10 operating system platform; from Windows Server 2008 R2 to Windows Server 2012 R2, and Microsoft (MS) Structured Query Language (SQL) Server Enterprise 2008 to MS SQL Server Enterprise 2016; along with the capability to provide remote administration of system components for seamless integration into the existing AIE 2.1.5 Baseline. These proposed upgrades will require modifications to BAE System's and Iberon's propriety software currently residing in the AIE system. Iberon's NCITE ® PassControlTM solution is used for enrolling and vetting guests at U.S. Army Installations and DoD personnel to authoritative databases. This software solution interacts with BAE's Access Control Services software and the AIE databases to render the results of the vetting process to BAE's Lane Display Client for presentation to the vehicle lane guards at the Access Control Points (ACP). As part of AIE's long term support strategy, the Government plans to purchase all noncommercial software data rights to operate the system to include source code, compiled software, executable files, and script files. The contractor is to provide system documentation that includes the propriety software. The contractor is to deliver and install a copy of the development environment and structured training to CECOM SEC at Aberdeen Proving Ground (APG). For this requirement, the Government does not own the rights to the BAE proprietary software currently being used to support the AIE system. The Contractor shall also provide support to the Government in setting up the Software Engineering Environment (SEE) at Aberdeen Proving Ground, Maryland, where AIE 2.2 baseline will be sustained after the deployment. There are special events on Army Installations that are open to the general public throughout the Unites States. The Army requires pre-registration capability accessible via the internet for visitors to submit visit request information for processing and receiving disposition notification prior to entering the Installation. The solution must be integrated with the existing AIE 2 + system and undergo testing at the AIE lab at Ft. Hood, Texas prior to fielding at AIE 2 + Installations. The proposed integrated solution must meet the requirements of the existing system and retain the functionally and operational work flow as the existing AIE 2+ architecture. The scope of effort includes, at a minimum, the design, development, installation, integration, test, and deployment of software and documentation with implementation of the requirements stated above (AIE 2.2 baseline). The Government's Non-Secure Internet Protocol Router (NIPRNET) will be the enterprise communication network over which data requests and data transfers will occur. Interested potential sources should respond by identifying their capabilities and recent experience (last 5 years) in providing the scope of work identified above. This response should address: a) demonstrated capability to develop and modify AIE 2 + system software from user defined requirements, b) experience associated with DoD utilized access control systems, database management, and identity management systems, e.g. AIE, c) ability to develop/define system software interface requirements and solutions, d) experience implementing Army projects, e) understanding of NIPRNET system communication requirements and capabilities, f) familiarity with different sources of DoD personnel vetting data e.g., Defense Enrollment Eligibility Reporting (DEERS), Interoperability Layer Service (IoLS), etc. g) development of middleware software designed to exchange information between multiple disparate systems, h) software development risk mitigation techniques, i) demonstrated ability and experience supporting DoD Risk Management Framework (RMF) effort, j) experience and expertise developing, delivering and maintaining DoD and Army Standard net-centric solutions and web based services, k) demonstrated experience developing and maintaining software in accordance with Institute of Electrical and Electronics (IEEE)/Electronic Industries Alliance (EIA) Standard (STD). 12207 - Software Lifecycle Process. Please provide the following information no later than 22 December 2017. Future communications related to this program will be distributed based on an interested parties list. White Paper responses MUST include the following: Provide the following information about your company. If submitting a team response, please include the requested information for all companies on the team. Sources responding to this request for information must provide the following information: 1. Brief Summary of the company. Company Information: Company Name: Company CAGE Code: Company DUNS Number. If your Company holds a GSA Schedule contract (541 or other), please provide the Schedule number. Company Address: Company Website (if available): Company Phone #: Company email: Company Representative and Business Title: Company Socioeconomic Classification: Please identify your company's business size standard based on the primary North American Industrial Classification System (NAICS) code of 541512. For more information, refer to http://www.sba.gov/content/tablesmall-businesssize-standards: Small Business (SB), (8) (a), Woman-Owned (WOSB), Economically-Disadvantaged Women-Owned (EDWOSB), Veteran-Owned and Operated (VOSB), Service-Disabled Veteran-Owned (SDVOSB), or Historically Underutilized Small Business-Zone (HUBZone), Historically Black College and Universities/ Minority Institutions (HBCU/MI) 2. Do you plan to prime? If so, continue to question #3. 3. Does your company possess the capabilities to provide the entire range of these requirements? If not, please list which requirements your company can provide. If your company requires acquiring or building new capabilities, describe the effort and timeline required. 4. Discuss your qualifications in performing software development, software releases, systems integration, and test activity support or similar efforts. For any previous effort, please provide Contract Number, Point of Contact (POC), email address, phone number, and a brief description of your direct support of the effort. 5. Does your company have experience working with Government labs providing integration test activity support prior to fielding at operational sites as described in the "DESCRIPTION OF REQUIREMENTS" section above? 6. Does your company possess an approved Defense Contract Audit Agency (DCAA) accounting system? 7. Does your company possess the capabilities to provide the entire range of services called for in the above requirements?_____ YES _______ NO 8. If you answered YES to Question # 7, please provide specific capabilities and examples for how your company can provide these services. 9. Is your company planning on business arrangements with other companies, please describe the process used in selecting the members? 10. Please provide details regarding proposed joint ventures, teaming arrangements, strategic alliances, or other business arrangements to satisfy the above requirements. Offerors are encouraged to identify teams, indicating each team member's size based upon the NAICS code of the work that the team member may be doing. 11. Is your company currently providing similar services to another government agency (you may also include contract #s for government) or other non-government customer? If so, please identify the agency or non-government customer. If you are unwilling to share your customer's identity, please address whether your company offers the same or similar services commercially. 12. Has your Company performed this type of effort or similar type effort (to include size and complexity) in the past, if so provide Contract Number, Point of Contact (POC), e-mail address, phone number, and a brief description of your direct support of the effort? 13. What are the core competencies of your employees that would support the above requirements? Also, provide the total number of individuals currently employed by your company that are capable of supporting the above requirements. 14. Does your company have a SECRET facility or access to one should it be required? 15. Do all employees that would support the above requirements have a SECRET Clearance? 16. Existing Government Contracts: Indicate if vendor is currently on any Federal Supply Schedules, Government wide acquisition contracts, multi-agency contracts, and any other procurement instruments intended for use by multiple agencies. If yes, provide contract name(s) and number(s). 17. Given the listing of data available in the "DESCRIPTION OF REQUIREMENTS" section above, does this list represent an adequate amount of data to complete the effort? If not, what additional technical data would your company require in order to execute the described effort? Contractor is encouraged to provide details on impact of any technical data needs including cost or schedule impacts from lack of technical data at the start of the project. 18. Is your company certified by a quality management system (QMS) standards organization? If so, which one? Capabilities: Provide the requested information for up to three (3) projects your company/team has performed within the past five (5) years. Complete one table per project. Agency/Customer: Project Name: If you have experience as a prime contractor, please provide as much of the following information as possible: a. Contract number(s) b. Identify the agency or non-government customer, Point of Contact (POC), email address, phone number, and a brief description of your direct support of the effort. If you are unwilling to share your customer's identity, please address whether your company offers the same or similar items commercially. c. Aggregate dollar value of entire contract you were the prime. d. Is the work similar in scope to that of the above performance capabilities and attributes? e. Period of Performance (for base and options). f. Were you the Prime or Subcontractor? g. Description of Work Performed. h. Security Clearance Requirements (number of personnel and level of clearance and/or designation). THE FOLLOWING ONLY APPLIES TO THE SMALL BUSINESS RESPONDENTS: In addition to the above, small businesses responding should provide the following information (questions 19-21 will not count against the 10 page limit) 19. If you are a small business and plan to prime please inform how you will meet the limitations on subcontracting Clause 52.219-14. 20. Under the current SB size standard, do you anticipate your company remaining a small business, under the stated NAICS code 541512? 21. If you are a small business, can your company sustain if not paid for 90 calendar days? Interested parties with the capabilities to meet the above requirements should electronically submit White Papers of not more than ten 10) pages, 8.5" x 11" paper, 12-point, Times New Roman font, with a minimum of one (1) inch margins all around, discussing your company' ability to meet the above requirements. The response should include a complete discussion of the ability to meet the above stated requirements and capabilities, contractor's facility availability and staffing capabilities. The supporting documentation must be in sufficient detail to enable the Government to determine if the potential vendor either has the required product, hardware, and data, or the capabilities and production qualifications for this combined effort. Please also include a discussion of any commercially available solutions, which your company can provide. Descriptive literature of the commercial product if available, should be provided and will not be included in the above page count. Responses should also include a cover letter (not included in the page count) providing: • Contact and company information • Name • Title • Mailing address • Phone number • Email address Responses are due no later than 12:00 PM EST (local time at Fort Belvoir, VA) on 22 December 2017. All requests for information must be in writing or via email; telephonic requests for additional information will not be honored. You may forward request for additional information and/or responses to Justin Lumpkin, Contract Specialist at justin.d.lumpkin2.civ@mail.mil and Rosetta Wisdom-Russell, Contracting Officer, at rosetta.wisdom-russell.civ@mail.mil. Acknowledgement of receipt will be issued. Email responses should not exceed 5 Megabytes (MB). Responses received after this date and time may not be reviewed. Send responses electronically to (Include "RFI number W909MY-18-R-A009" in the subject line.): Justin Lumpkin, Contract Specialist, email: justin.d.lumpkin2.civ@mail.mil; Rosetta Wisdom-Russell, Contracting Officer, email: rosetta.wisdom-russell.civ@mail.mil Note that RFI respondents must designate a single point of contact for receipt of all information pursuant to this RFI. All information marked as proprietary information will be safeguarded to prevent disclosures to non-government personnel and entities. PLEASE NOTE THAT IF A CHARACTERISTIC OR CAPABILITY IS NOT ADDRESSED THE GOVERNMENT WILL ASSUME THE RESPONDENT DOES NOT OR CANNOT MEET THE SALIENT CHARACTERISTICS OF THIS MARKET SURVEY. Contracting Office Address: ACC-APG - Washington ATTN: CCCE-CW 10205 Burbeck Road Fort Belvoir, VA 22060-5863 Point of Contact(s): Justin Lumpkin 703-704-0819 ACC-APG - Washington
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/e1ab01e12b5ba099aaa2074de302373f)
- Place of Performance
- Address: 10205 Burbeck Road, Fort Belvoir, Virginia, 22060, United States
- Zip Code: 22060
- Zip Code: 22060
- Record
- SN04762003-W 20171210/171208231116-e1ab01e12b5ba099aaa2074de302373f (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 |