Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 12, 2004 FBO #1082
SOURCES SOUGHT

70 -- Defense Message System Sustainment

Notice Date
11/10/2004
 
Notice Type
Sources Sought
 
NAICS
541519 — Other Computer Related Services
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, SSG - HQ Standard Systems Group, Directorate of Contracting 490 East Moore Drive, Maxwell AFB - Gunter Annex, AL, 36114
 
ZIP Code
36114
 
Solicitation Number
DMS-S
 
Response Due
11/30/2004
 
Archive Date
12/15/2004
 
Description
1. THIS IS A SOURCES SOUGHT/REQUEST FOR INFORMATION ANNOUNCEMENT ONLY. NO REIMBURSEMENT WILL BE MADE FOR ANY COSTS ASSOCIATED WITH PROVIDING INFORMATION IN RESPONSE TO THIS SYNOPSIS OR ANY FOLLOW-UP INFORMATION REQUESTS. THE PURPOSE OF THIS SYNOPSIS IS TO GAIN KNOWLEDGE OF POTENTIALLY QUALIFIED SOURCES AND THEIR SIZE CLASSIFICATIONS (SMALL BUSINESS, LARGE BUSINESS, ETC.) PLEASE DO NOT REQUEST A COPY OF A SOLICITATION, AS ONE DOES NOT EXIST. The Defense Message System (DMS) is conducting market research to seek qualified sources for a follow-on to the current DMS Integration Support contract currently scheduled to end 30 April 2006. The follow-on will include the full range of services necessary to sustain the current version of DMS, as well as future releases incorporating new commercial software versions, implementing system fixes, and introducing new capabilities. The contractor shall provide operational support (e.g., DMS help desk), software maintenance, configuration management, problem analysis/resolution, and analysis/implementation of security fixes. The contractor shall also perform system engineering, including requirements analysis, analysis of evolving commercial technologies, recommendation of the content of future DMS releases, and development of specifications for DMS releases. While certain portions of the system involve GFE products, the majority of the products are the responsibility of the contractor to provide. As such, for these products the contractor shall perform the contractual and technical interactions with the product vendors to make these products available for purchase, to provide software maintenance, and to provide new product versions for incorporation into new DMS releases. For a limited number of software products, principally in the area of management/administration utilities, the contractor shall function as the product vendor, with responsibility for maintenance/update of these utilities. (The source code for these utilities will be provided to the winning bidder as Government Furnished Information (GFI). For all DMS software products, the contractor shall perform all aspects of integration and test necessary to allow fully tested and operationally acceptable software updates (both product fixes as well as new DMS releases) to be delivered to the Government for acceptance testing. 2. See attached document for specific information on current system. 3. The current contract and statement of work (SOW at Section C) can be viewed at: https://cms1.ssg.gunter.af.mil/. A DRAFT copy of the SOW for sustainment work is attached to this notice. Please note that the final version of the SOW will be written as performance-based. 4. Firms interested in participating in such an effort should provide a response to the following queries to assist DMS in formulating a follow-on Request For Proposal (RFP). Please identify whether your experience is as the prime contractor or a subcontractor (if subcontractor, identify your role in the effort). Responses must be no more than 25 pages, at least 12-point, Times New Roman font, minimum one-inch margins, in Microsoft(r) Word format. Please identify yourself as either a Large Business, Small Business, Very Small Business, Small Disadvantaged business, 8(a) concern, Woman-Owned Small Business, HUBZone Small Business, Veteran Owned Small Business, or Service Disabled Veteran Owned Small Business. Also, please identify whether you are a U.S. or foreign-owned firm. The NAICS Code for this potential acquisition is 541519. This acquisition may involve data that is subject to export control laws and regulations. A foreign disclosure review of the technical data will be accomplished. a) Describe experience with Performance Based work statement. b) Describe ability to enhance and maintain previously developed source code. c) Describe ability to provide worldwide (to include hostile fire zones) technical support e.g. hardware and software system level support to include factors such as mean time to respond and mean time to restore. d) Describe ability to team with DMS product providers to sustain and evolve COTS and modified COTS products in support of DMS. (Current COTS and modified COTS providers can be found under the DMS OEM column of the contract?s B-Tables at: https://cms1.ssg.gunter.af.mil/ e) Describe ability to provide integration and testing of commercial, modified commercial and Government Furnished software. f) Describe experience with supporting Government test policy, procedure, and methodology (e.g., functional testing, DMS integration testing, and Operational Test/Assessment). g) Provide examples of major systems integration: a. Number of software vendors and applications involved in the integration b. Complexity of the system c. Types and number of different GFE (hardware and/or software) h) Describe your experience with Secure Command and Control Military Messaging systems and the interface/gateways with other messaging systems. i) Describe your capabilities for handling, processing, and storing classified data. What is the security clearance level (highest facility and personnel level) that your company currently holds? j) Describe your experience with software sustainment (e.g. maintenance, problem resolution, and configuration management) for COTS and modified COTS software. k) Describe your experience with operational support (e.g. system infrastructure management, problem analysis) for application ? based systems such as messaging systems. l) Describe experience with system engineering involving COTS and modified COTS software, including requirements analysis, commercial product evolution, integration of new technology, system problem analysis/resolution and new system release specification/planning. m) Describe your experience with evaluation and implementation of system security fixes (e.g. Information Assurance Venerability Assessment IAVAs) for commercial systems. 5. Responses to this RFI must be received by close of business (COB), 4 P.M. central standard time, 30 Nov 04. Responders should indicate which portions of their response are proprietary and should mark them accordingly. Questions concerning this RFI should be directed to Christine Mitchell at 334-416-1043 (christine.mitchell@gunter.af.mil) or Gail Sosa at 334-416-4076 (gail.sosa@gunter.af.mil). All correspondence related to this matter should be e-mailed (preferred), faxed or mailed to: HQ SSG/AQC (Attn: Gail A. Sosa) 501 E. Moore Dr, Bldg 884, Rm 1200A MAFB-Gunter Annex, AL 36114 E-mail: gail.sosa@gunter.af.mil Voice: 334-416-4076 Fax: 334-416-3953 6. All sources capable of providing these services are being sought. Under the resultant contract, individual orders addressing technical tasks, software products, and contract data requirements will be issued. Any information submitted is strictly voluntary. The Government will not pay for any information submitted in response to this request. The projected period of performance will be 5 years from date of award.
 
Place of Performance
Address: TBD
 
Record
SN00706954-W 20041112/041110212004 (fbodaily.com)
 
Source
FedBizOpps.gov 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.