|
COMMERCE BUSINESS DAILY ISSUE OF MAY 18,2000 PSA#2603FISC Norfolk Detachment Philadelphia, 700 Robbins Ave., Bldg 2B,
Philadelphia PA 19111-5083 D -- DATA MART SOL N00140-00-RFI2 POC Point of Contact -- J.J.
Swizewski, Contracting Officer 215-697-9630 E-MAIL: CLICK HERE TO
CONTACT THE CONTRACTING OFFICER, james_swizewski@phil.fisc.navy.mil.
The Joint Warfighting Experimentation Directorate (J9) of United States
Joint Forces Command (USJFCOM) has identified a continuing business
requirement to establish an organizational Data Mart providing users
with an information store populated by operational databases and
accessed by end-users with software tools that generate information to
support decision making. In order to fulfill the business requirement
Joint Warfighting Experimentation Directorate /Knowledge Management is
chartered to create an appropriately sized data mart for use by
Directorate staff. The data mart will be located on the unclassified
network, although the potential may exist to duplicate the
functionality on the classified network as well. The data mart will
facilitate the capture, storage, sharing, and creation of new knowledge
in concert with internal and authorized external experimentation
partners. The product will be capable of storing multiple, diverse,
concurrent, data sources and formats based on the results of research
and user level preferences. The first phase of the project will produce
both a process and data model of the J9 organization, and its
collaboration partners. A more complete definition of the Data Mart
will be produced as part of the project scope and definition statement
constructed in Phase 1 of the project. Information is requested about
and availability of software tool sets capable of assisting in the
extraction, transformation, and loading of experimentation data into an
enterprise Data Mart. The experiment data is to be used for current and
future analysis using Online Analytical Processing (OLAP), data mining,
and semantic modeling tools. The system shall also be ultimately
expandable so as not to preclude the inclusion of any new data links to
source databases to be introduced in the future. The target database
management system must be developed by the vendor and be highly
scalable. Information about any prospective tool set submitted in
response to this request for information must include detailed product
descriptions, prices, and a list of customer references who are now
using or have recently used the tool set. The proposed system will be
constructed in two phases; the first phase shall consist of the vendor
performing formal systems analysis and the second phase involves the
actual construction of the data mart and associated end-user
applications. The Joint Warfighting Experimentation Directorate and
USJFCOM supports various CinCs, Services, and other government agencies
as well as other national and international level government agency
sponsors. The contractor shall provide a full range of engineering and
technical services which shall include systems development and
support, programming services, requirements definition, system design,
development, verification and validation, implementation, life cycle
support, routine maintenance, facility requirements, acquisition
support, technical services support, research and development,
integrated logistics support, technical data review, configuration
control, operator training, computer security services, network
security requirements, and technical program management support. The
services and supplies required are in support of the above efforts. The
facilities clearance required is Secret and the level of safeguarding
required is Secret. Selection of a contractor may take into
consideration the following: possess current data warehouse/data mart
business knowledge; possess current knowledge of the experimentation
environment; possess current knowledge of systems integration, resource
planning, and web-based databases; possess extensive systems analysis
experience in a DoD setting, and have extensive experience in
organizing business processes for young newly formed organizations.
Other considerations may include: knowledge of industry standards and
recommended practices such as Software Enterprise Institute Capability
Maturity Model (SEI CMM), International Standards Organization (ISO),
National Institute of Standards and Technology, and Institute of
Electrical and Electronic Engineers (IEEE); and a tools based
repository methodology. Responses to this Sources Sought Synopsis is
due no later than June 2, 2000. This request is for information only.
This inquiry is intended to identify features or performance
requirements in the specification that may incur unwarranted cost or
schedule risk. In addition, the identification of requirements that
should be added to the specification is also encouraged. As industry
may expect to see portions of submitted information in future
solicitations, no proprietary information may be submitted. THE
GOVERNMENT WILL NOT AWARD A CONTRACT ON THE BASIS OF THIS REQUEST FOR
INFORMATION OR OTHERWISE PAY FOR THE INFORMATION SOLICITED. No
entitlement to payment of direct or indirect costs or charges by the
Government will arise as a result of the submission of contractor's
information. The Government shall not be liable for or suffer any
consequential damages for any proprietary information not properly
identified. Proprietary information will be safeguarded in accordance
with the applicable Government regulations. Additionally, information
should be provided for existing contracts where your services and
products are available, i.e. GSA or other contract. Interested parties
are requested to submit a package not to exceed five pages
demonstrating their capability to perform the services listed above,
provide information regarding their manpower resources, previous
projects, and experiences with this type of effort. These responses may
be submitted via e-mail to cocciokl@jfcom.mil or by hardcopy to Karen
Coccio, USJFCOM, 1562 Mitscher Ave., Suite #200 J9, Norfolk, VA
23551-0001. Posted 05/16/00 (D-SN455069). (0137) Loren Data Corp. http://www.ld.com (SYN# 0034 20000518\D-0009.SOL)
D - Automatic Data Processing and Telecommunication Services Index Page
|
|