Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF DECEMBER 08, 2023 SAM #8046
SOURCES SOUGHT

D -- Enterprise Service Bus (ESB) and Related Software Support

Notice Date
12/6/2023 8:40:17 AM
 
Notice Type
Sources Sought
 
NAICS
513210 —
 
Contracting Office
FLEET READINESS CENTER PATUXENT RIVER MD 20670 USA
 
ZIP Code
20670
 
Solicitation Number
N6852023RFPREQ684000A0005
 
Response Due
12/20/2023 11:00:00 AM
 
Archive Date
01/04/2024
 
Point of Contact
Courtney Dagenhart, Meghan Huett
 
E-Mail Address
courtney.e.dagenhart.civ@us.navy.mil, meghan.huett@navy.mil
(courtney.e.dagenhart.civ@us.navy.mil, meghan.huett@navy.mil)
 
Description
TITLE: Enterprise Service Bus (ESB) and related software support for Commander, Fleet Readiness Center (COMFRC) 1.0 INTRODUCTION Commander,�Fleet Readiness Center (COMFRC), Patuxent River, MD is seeking information from potential sources regarding industry technologies available to provide an Enterprise Service Bus (ESB) and related software in order to interface legacy data systems for an Enterprise Product Lifecycle Management (PLM) solution in support of the Program Executive Office, Aviation Common Systems and Commercial Services (PEO(CS)) and Manpower, Logistics, and Business Solutions (PEO(MLB)) for the Aviation Product Lifecycle Management (AvPLM) Integrated Product Team (IPT). This Market Research tool is being used to identify potential and eligible firms, of all sizes, prior to determining the method of acquisition and issuance of a solicitation. The results of the Sources Sought will be utilized to determine if any Small Business Set-Aside opportunities exist. The ESB is a software platform used to distribute work among connected components of an� application. It is needed to provide a uniform means of moving work / data, offering applications the ability to connect to the�ESB and subscribe to messages based on simple structural and business policy rules. ESB forms the digital backbone and is a service-oriented architecture software that operates across business applications and supports communications, data transfer and messaging in real/near?real time, or managed exchanges. An ESB is to be platform agnostic and provide the ability to integrate / interoperate with any server or application at any condition. Key enterprise services characteristics include, but are not limited to, invocation, routing, mediation, messaging, process orchestration, adapters, security, transformation, validation and governance of data and interfaces that flow through the ESB. The following documents are attached to this Sources Sought Notice (SSN): � Attachment 1- Requirements for ESB and Related Software for COMFRC � Attachment 2- Figure 1 for ESB and Related Software for COMFRC�(Full PLM Implementation) The following dates are anticipated time frames associated with this requirement: Estimated Final RFP Release: FY24 Q2 Estimated Award Date: FY24 Q3 Period of Performance/Ordering Period: FY24 Q3 � FY29 Q3 Place of Performance: Location: Patuxent River, MD % On-Site Government : 0% % Off-Site Contractor: 100% 2.0 DISCLAIMER THIS SOURCES SOUGHT IS FOR INFORMATIONAL PURPOSES ONLY.� THIS IS NOT A REQUEST FOR PROPOSAL.� IT DOES NOT CONSTITUTE A SOLICITATION AND SHALL NOT BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT.� RESPONSES IN ANY FORM ARE NOT OFFERS AND THE GOVERNMENT IS UNDER NO OBLIGATION TO AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCEMENT.� NO FUNDS ARE AVAILABLE TO PAY FOR PREPARATION OF RESPONSES TO THIS ANNOUNCEMENT.� ANY INFORMATION SUBMITTED BY RESPONDENTS TO THIS SOURCES SOUGHT IS STRICTLY VOLUNTARY. 3.0 ANTICIPATED CONTRACT TYPE AND CONTRACT / PROGRAM BACKGROUND The Government is anticipating this contract to be a Single Award contract with Firm Fixed Price (FFP) CLINs for the software. Program Background: ESB is to be the aviation data transformation and transport solution.� The ESB is to allow one pillar of the Naval Logistics Information Technology (IT) to integrate with others (i.e., Aviation Product Lifecycle Management (AvPLM) and Naval Maintenance Repair Overhaul (N-MRO) and Naval Supply Chain Management (N-SCM))). The ESB is to support the modernization strategy under the leadership of the Assistant Secretary of the Navy (ASN) for Research Development and Acquisition (RD&A), and the Program Executive Office for Manpower, Logistics and Business (PEO-MLB).� The ESB shall use Migration/Integration (MI) products to provide transformation and transport of data to authoritative Engineering and Logistics data to the enterprise Organizational / Intermediate / Depot (O/I/D) levels within the maintenance environment. To achieve a fully integrated PLM end-state, the Naval Air Systems Command (NAVAIR) and related organizations must interface legacy data systems to the Enterprise PLM via an ESB. This approach is not uncommon and is used in industry when process and services cannot be interrupted. This approach is to allow for legacy processes to continue operating while the PLM is stood up, interfaced and synchronized with the legacy systems. Once synchronized, full data migration can take place with fully synchronized and replicated redundancy. Once this state has been achieved, legacy system stand-downs will occur without interruption and with low risk. Figure 1 (See attachment 2) represents the PLM end state that will be achieved as NAVAIR transforms its Aviation Logistics Environment. This implementation will encompass the system�s engineering phase, the Integrated Product Support (IPS) planning phase, the sustaining IPS phase (to include engineering configuration changes) and will provide advanced plant operations capabilities. This end-state will truly operationalize the �digital thread�. 4.0 SPECIAL REQUIREMENTS AND REQUIRED CAPABILITIES It is anticipated that any resultant contract will have the following special requirements and required capabilities: Refer to Attachment 1.� Interested parties should address their respective solution�s capabilities in their response as identified on the first MS Excel worksheet (labeled �ESB and Related Software Reqts�). �The responses to items identified in Columns D through F will aid the Government in determining whether a company is capable in performing the requirement, so it is important to address these areas with specific details. 5.0 ELIGIBILITY The applicable NAICS code for this requirement is 513210, Software Publishers, with a Small Business Size Standard of $47M.� The Product Service Code is DA10, IT and Telecom�Business Application/Application Development Software as a Service.� Businesses of all sizes are encouraged to respond; however, each respondent must clearly identify their business size in their capabilities statement. Note: FAR 52.219-14 Limitation on Subcontracting requires a small business prime on a Set-Aside to perform at least 50% of the cost of contract performance.� Small business primes may now count �first tier subcontracted� work performed by similarly situated entities as if it were performed by the prime itself. Please read the full text of the clause deviation (52.219-14 Class Deviation 2020-O0008 dated 04/03/20 at https://www.acquisition.gov/browse/index/far). To assist in our market research and determination of any applicable small business set-aside for this effort, if you are a small business interested in priming this effort and plan to utilize �similarly situated entities� to meet the Limitations on Subcontracting, please identify the name & CAGE Code of the specific firm(s) you intend to partner/subcontract with to meet the requirements as well as their SB size status under the NAICS that you as the prime would assign for their workshare. Information regarding any planned similarly situated entity should be included in answering any questions outlined in the Sources Sought Notice (SSN) in order to assist the Government�s capability determination. 6.0 SUBMISSION REQUIREMENTS Interested parties should address the questions in their response as identified on the second MS Excel worksheet (labeled �6.0 Submission Requirements�) of Attachment 1. The responses to these questions will aid the Government in determining whether a company is capable in performing the requirement, so it is important to address these areas with specific details. Interested parties shall adhere to the following instructions for the submittal of their capabilities statements. Page Limit and Format: The respondents should utilize Attachment 1 to this SSN as the format for responding to ESB and Related Software Requirements (first worksheet) and Submission Requirement questions (second worksheet) as identified. Document Type: Microsoft Excel. Delivery: Electronic-mail (Email) Submission to the Contract Specialist, Courtney Dagenhart at courtney.e.dagenhart.civ@us.navy.mil and Contracting Officer, Meghan Huett at meghan.e.huett.civ@us.navy.mil Response date: Responses are due by 2:00PM EST on 20 December 2023 No classified information shall be submitted in response to this Sources Sought. No phone calls will be accepted. All questions must be submitted via email to the Contract Specialist, Courtney Dagenhart at courtney.e.dagenhart.civ@us.navy.mil� and Contracting Officer, Meghan Huett at meghan.e.huett.civ@us.navy.mil All responses shall include Sources Sought Notice name/number, Company Name, Company Address, Company Business Size, and Points of Contact (POC), including names, phone numbers, and email addresses. All data received in response to this Sources Sought that is marked or designated as corporate or proprietary will be fully protected from any release outside the Government. Any information or materials provided in response to this Sources Sought Notice will not be returned. The Government is not committed nor obligated to pay for the information provided, and no basis for claims against the Government shall arise as a result of a response to this Sources Sought Notice.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/f3f66257939e4165b97fb248a4aeef87/view)
 
Record
SN06904793-F 20231208/231206230049 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.