Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 30, 2018 FBO #6124
MODIFICATION

D -- Sources Sought for AUX DATA

Notice Date
8/28/2018
 
Notice Type
Modification/Amendment
 
NAICS
518210 — Data Processing, Hosting, and Related Services
 
Contracting Office
Department of Homeland Security, United States Coast Guard (USCG), C4IT (C3CEN), Coast Guard Blvd, Portsmouth, Virginia, 23703, United States
 
ZIP Code
23703
 
Solicitation Number
70ZG319-SS-AUXDATA
 
Archive Date
9/26/2018
 
Point of Contact
Brenda E. Oberholzer, Phone: 3044333223, Melanie A. Miller, Phone: 3044333331
 
E-Mail Address
Brenda.E.Oberholzer@uscg.mil, Melanie.A.Miller@uscg.mil
(Brenda.E.Oberholzer@uscg.mil, Melanie.A.Miller@uscg.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a Sources Sought notice. This is NOT a solicitation for proposals, proposal abstracts, or quotations. The purpose of this notice is to obtain information regarding: (1) the availability and capability of qualified business sources; (2) whether they are vendors on one of the DHS Strategic Sourcing Vehicles (3) their size classification relative to the North American Industry Classification System (NAICS) code for the proposed acquisition is 518210: Data Processing, Hosting, and Related Services. Your responses to the information requested will assist the Government in determining the appropriate acquisition method, including whether a set-aside is possible. Background: The United States Coast Guard (USCG) currently owns and supports a system known as AuxData. This system houses information about Auxiliary Coast Guard members (to include PII and SPII), Auxiliary assets (e.g. watercraft, airplanes, etc.), and Auxiliary patrol orders, the agreements between the USCG and the Auxiliary concerning what missions Auxiliarists assist. The AuxData system has suffered from several deferred maintenance cycles as emergency events have taken priority and resources over the years. It is now an organizational objective to modernize the system to a Commercial-off-the-shelf, Software-as-a-Service or similarly managed service, within a cloud environment. The USCG seeks to improve program administration, increase training efficiency, and enhance organizational management for the Auxiliary through this modernization effort. Requirements: This requirement is for a new AUXDATA System. The AUXDATA System requirements are provided in Attachment 1. Anticipated Period of Performance: It is anticipated that a firm-fixed-price award will be made 1 November 2018 for twelve months with four-twelve month option periods included. Annual assessments will be conducted for programmatic review as well contractual performance. Capability Statement/Information Sought: Interested business organizations should submit a tailored capability statement for this requirement, not to exceed 10 pages (12-point font minimum), including all attachments. Submitted statements shall address the following: 1. Identification of current DHS Strategic Vehicle status and contract number clearly marked on the first page of the capability statement, as well as the eligible business concern's name, point of contact, address, and DUNS number should be included as well. 2. A brief description of how the solution would be implemented, including transition of the 15GB of current data (.dbf files) stored in an Oracle 12c database, and maintained by the vendor. 3. Describe the benefits of using the particular solution in which your firm offers. 4. Does your firm currently have an Authorization to Operate (ATO) for your identified solution? If so, please identify the approving or authorizing organization. 5. Please identify which of the following cloud environments in which your product offering can be deployed - Commercial, Government Only, Mil. 6. Describe your firm's ability to provide support for a Software-as-a-Service offering (i.e., deployment, on-call/on-site support and training). 7. Delivery Date of November 1 - is this feasible? Would industry need more time to configure their software to meet our needs? 8. Inclusion of Attachment 1 - identification of which requirements can be met with the out of the box capability, which ones can be easily configured, which requirements would need to be developed (if any), and any requirements that cannot be met and why. These statements should demonstrate the ability to perform the aspects of the notice described within and the ability to meet the Government's functional and non-functional requirements. 9. Identify any system integration concerns based on the functional and non-functional requirements identified within Attachment 1. 10. Briefly describe the process by which the USCG would undertake in order to transfer data from your proposed solution, to another solution at the conclusion of a five year contract. Please identify any specific data formats that would be utilized in the transfer of data, and any risks the Government may incur as a result of transitioning to an alternate solution. 11. Please provide a Rough Order of Magnitude (ROM) in support of your firm's total solution, broken down as follows: a. $ - Implementation/Transition Data-in b. $ - Annual Support c. $ - Transition Data-out d. $ - Total ROM Information Submission Instructions: Please submit the above information through email to Contracting Officer Ms. Kathy Klein at Kathy.P.Klein@uscg.mil. Please submit your information as soon as possible but no later than 2:00pm Local Time, on 11 September 2018. All submissions shall reference the following within the subject line of their email: "Sources Sought Response 70ZG319-SS-AUXDATA - (Insert name of Company)". Interested organizations should submit a tailored capability statement for this requirement, not to exceed 10 pages (12-point font minimum), including all attachments, that clearly details the ability to perform the aspects of the notice described above. Capability Statement must include an indication of current business size status/socio-economic status, clearly marked on the first page of the capability statement, as well as the eligible business concern's name, point of contact, address, and DUNS number. Disclaimer and Important Notes: This notice does not obligate the Government to award a contract or otherwise pay for the information provided in response. The Government reserves the right to use the information provided by respondents for any purpose deemed necessary and legally appropriate. Any organization responding to this notice should ensure its response is complete and sufficiently detailed to allow the Government to determine the organization's qualifications to perform the work. Respondents are advised that the Government is under no obligation to acknowledge receipt of the information received or provide feedback to respondents with respect to any information submitted. After a review of the responses received, a pre-solicitation synopsis and solicitation may be published in Federal Business Opportunities. However, responses to this notice will not be considered adequate responses to a solicitation. Confidentiality: No proprietary, classified, confidential, or sensitive information should be included in your response. The Government reserves the right to use any non-proprietary technical information in any resultant solicitation(s).
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/f0aba3bdfbd017954ef1d8b3cf2bce2d)
 
Place of Performance
Address: TBD, United States
 
Record
SN05059842-W 20180830/180828231350-f0aba3bdfbd017954ef1d8b3cf2bce2d (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.