SOLICITATION NOTICE
D -- NCES Collaboration RFI and Draft SOO
- Notice Date
- 9/30/2005
- Notice Type
- Solicitation Notice
- NAICS
- 541512
— Computer Systems Design Services
- Contracting Office
- Defense Information Systems Agency, Procurement and Logistics, DITCO-Scott, 2300 East Dr. Building 3600, Scott AFB, IL, 62225-5406
- ZIP Code
- 62225-5406
- Solicitation Number
- Reference-Number-COLLABRFISEP05
- Response Due
- 10/14/2005
- Archive Date
- 10/29/2005
- Description
- 1. Introduction: The government has identified a clear need for an enterprise-wide collaboration service to become part of Net-Centric Enterprise Services (NCES). Based on a collaboration service pilot, the government has further refined requirements and gathered lessons learned. At this point the government is preparing an RFQ to procure this service from industry. It is the government?s intent to award to more than one vendor and procure existing commercial services with proven history utilizing an incentive structure that fosters the most competitive environment for meeting user requirements and expectations, and maintaining the DoD at the forefront of commercial product upgrades and innovations. In order to ensure the acquisition of the best possible solutions, the government is releasing this Request for Information (RFI) to industry to both alert industry to the impending Request for Quotes (RFQ) release as well as to solicit specific information so the government can best prepare the RFQ. For the purpose of this RFI, the term vendor may refer to a single entity or two or more companies with an established relationship designed to deliver a single collaboration service to the government. 2. Background: Interested vendors should reference the draft SOO that will compose part of the planned RFQ. The draft SOO is located at: https://www.ditco.disa.mil/dcop. This SOO is provided to help prepare industry as well as to solicit industry feedback. The final SOO will incorporate both internal government-generated comments as well as feedback received from this RFI. All RFI responses are due no later than 2359 (1159PM) EDT 14 October 2005. It is requested that responses be limited to 15 pages. 3. Industry Day: In order to facilitate communication between the government and industry, an industry day is planned. Attendance at the industry day is optional and will have no bearing on an vendor?s ability to bid on any future solicitation. However, based on responses to this RFI, some vendors may be invited to a one-on-one session with the government to further discuss responses, products, and concerns. Any one-on-one sessions the government hosts will be held in the days following this industry day. 3.1. Date/Time: 24 October 2005, 1300-1600 (1 to 4 PM) EDT. 3.2. Location: DISA Sky 7, Room 1N47, 5275 Leesburg Pike, Falls Church, VA 22041. 3.3. POC: LT Giancarlo Rossi, 703-882-1569 (DSN 381-1569), Giancarlo.Rossi@disa.mil. 3.4. Registration Information: Participants interested in attending industry day must contact the POC by 1600 (4 PM) EDT 12 October 2005. The vendor?s party size is limited to four (4) individuals due to room size limitations. 3.5. Security: When entering the building, follow signs to your left for visitors. All attendees should expect to pass through a metal detector and have any bags X-rayed. Attendees must then present a picture ID and sign-in at the front desk. 4. Questions: Responses to this RFI should address the following questions. 4.1. Vendor Information 4.1.1. What is/are the company name(s)? 4.1.2. What is the size of your company? 4.1.3. What is the point of contact (POC)? 4.1.4. What is/are the company(ies) web site URL(s)? 4.1.5. What collaboration service(s)/product(s) is/are offered by the company? 4.1.6. Describe the named service(s)/product(s). 4.1.7. Is the vendor on the GSA schedule? 4.2. SOO 4.2.1. Explain how the vendor will meet some or all of the stated objectives of the SOO. 4.2.2. What, if any, clarification is necessary in the SOO? 4.2.3. What, if any, additional comments does the vendor have for the SOO? 4.3. Government Usage Information 4.3.1. The government is investigating a means by which to structure the pricing scheme on a fee-for-usage model. Please provide your input on how to best accomplish this goal. 4.3.2. What other pricing schemes does the vendor have available to customers? 4.3.3. How would DoD IA requirements (reference DoDD 5200.2-R and the SOO) affect your current commercial hosting model? Would these costs be passed on to the government? 4.3.4. How would your service be affected if hosted in a DoD facility? (Reference DECC Equivalence Criteria located at https://www.ditco.disa.mil/dcop) 4.4. Given the pricing scheme in 4.3.1, how would the vendor recover initial implementation costs? 4.5. Has any federal entity, specifically DoD, previously used the vendor?s service? If so, please provide applicable information and government POC information. 4.6. Standards 4.6.1. The government desires to use industry standards where possible. Detail any use of industry standards by the service. 4.6.2. Does the vendor support Service Oriented Architectures? If so, please explain. 4.6.3. Does the vendor support Web Services? If so, what functions are net-ready? 4.6.4. What is your standard timeframe between contract award and service availability? 4.7. What impact would the government awarding to more than one vendor have on your overall service, and decision to submit a proposal? 4.8. The DoD often operates in high latency, low bandwidth environments. Describe how the service supports these environments. 4.9. Does the vendor currently provide a stand-alone package that can be administered by the purchaser? 5. Disclaimer THE GOVERNMENT DOES NOT INTEND TO AWARD A CONTRACT ON THE BASIS OF THIS RFI OR TO OTHERWISE PAY FOR INFORMATION RECEIVED IN RESPONSE TO THIS RFI. However, this RFI will be the basis for collecting information on products available, and as a result of information received, the government may modify a planned RFQ to procure a collaboration service. This RFI is issued for information and planning purposes only and does not constitute a solicitation. All information received in response to this RFI that is marked Proprietary will be handled accordingly. 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. Responses to the RFI will not be returned. Any information provided in response to this RFI may be used to assess tradeoffs and alternatives available in determining how to proceed with the acquisition of a collaboration service. In accordance with FAR 15.201(e), responses to this RFI are not offers and cannot be accepted by the government to form a binding contract. 6. How to respond to this RFI: Prior to submitting proposals, Vendors shall register with DITCO via its Contracting Opportunities web site at https://www.ditco.disa.mil/dcop. During the registration process, choose the option for ?The solicitation requires vendor registration for eligibility?. You will be prompted to enter the solicitation number (enter COLLABRFISEP05). Upon completion of registration, vendors will receive a user-id and password for use when uploading proposals. This process allows DITCO to precisely track when responses are uploaded (or attempted to be uploaded). Registration information will be verified by DITCO personnel, which takes about a day. Once the vendor?s information is verified, responses will be able to be uploaded. Vendors must register a minimum of one week prior to uploading a response to ensure the upload is accomplished by the closing date and time. Vendors should also attempt to upload their response as early as possible to ensure no problems arise at the last minute. If a vendor would like to test the upload process, they may do so by typing in this url: https://www.scott.disa.mil/dcop. Under the heading Submit Proposals for:, look for Upload Proposal Test. If you have any problems, please contact Kevin Mehlan at (618)229-9334, email address: kevin.mehlan@disa.mil, or the DITCO customer service center at (618) 229-9333.
- Place of Performance
- Address: Falls Church/VA,
- Zip Code: 22041
- Country: USA
- Zip Code: 22041
- Record
- SN00907141-W 20051002/050930211547 (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 |