Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 23, 2006 FBO #1853
SOURCES SOUGHT

D -- REQUEST-FOR-INFORMATION - AIR FORCE INFORMATION TECHNOLOGY, CONFIGURATION MGMT & CONTROL SUPPORT - REQUEST FOR INFORMATION

Notice Date
12/21/2006
 
Notice Type
Sources Sought
 
NAICS
541519 — Other Computer Related Services
 
Contracting Office
Department of the Air Force, Direct Reporting Unit - Air Force District of Washington, 11th CONS, 110 Luke Avenue (Bldg 5681) Suite 200, Bolling AFB, DC, 20032-0305, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
Reference-Number-F1AF18
 
Response Due
1/15/2007
 
Description
Directorate for Studies & Analyses, Assessments and Lessons Learned (AF/A9)Information Technology, Configuration Management & Control Support Request For Information THIS IS A REQUEST FOR INFORMATION (RFI) ONLY. This request is for planning purposes only, and does not constitute an Invitation for Bids, a Request for Proposals, a Solicitation, a Request for Quotes, or an indication the Government will contract for the items contained in the RFI. This notice is not to be construed as an acquisition Request For Proposal (RFP), nor is any commitment on the part of the Government to award a contract implied, nor does the Government intend to pay for any information submitted as a result of this request. The Government does not reimburse respondents for any cost associated with submission of the information being requested or reimburse expenses incurred to interested parties for responses to this RFI. Any responses received will not be used as a proposal. The mission of AF/A9 involves the assessment of current and future warfighting concepts and systems under a wide range of circumstances to support current operations and the development of plans?both for force structure and budgeting. AF/A9 requires robust information technology (IT) services to support its missions. The software used by AF/A9 is significantly more sophisticated than typical office automation including: specialized operations research constructive simulation models, mathematical optimization, value focused thinking, and other tools associated with operations research. The computational heart of the organization is spread across fourteen vaults with specialized analytic architectures that combine UNIX (Solaris, IRIX, and/or LINUX) with Windows in stand alone networks. These architectures are selectively combined and modified in five vaults to run on the Secret Internet Protocol Router Network with AF Enterprise office automation applications. The architecture is further abstracted into another subset that runs on the Non-classified Internet Protocol Router Network throughout these vaults. The remaining nine vaults have highly specialized and adapted networks to support mission specific requirements. AF/A9 uses proprietary data and trade secrets from industry that are competition sensitive. All contractors in AF/A9 are subject to individual non-disclosure statements and corporate non-competition clauses to enable the combined arms assessments necessary to inform senior Air Force leadership decisions. Each AF/A9 network has a separate accreditation package, subject to certification by a designated approval authority. The equipment inventory consists of approximately 1,800 line items. The various operating systems are integrated via middleware to allow shared printing and file services. Each network within AF/A9 has several terabytes of storage configured in several ways, most with tape backup. AF/A9 is responsible for the installation, configuration, patches, log monitoring, and system upgrades on 133 servers, approximately 650 desktop Windows workstations, and 150 Windows laptops distributed across twelve networks. Altiris is used to manage the clone images and individual machine configurations. AF/A9 works with the 844th CG per established local procedures, for the AF/A9 communications and audio visual support: telephone, video teleconference, commercial COMSEC devices, projectors, and sound systems. A draft Performance Work Statement (PWS) is attached with this RFI to aid in understanding the Information Technology, Configuration Management and Control Support requirements for AF/A9. Close review of paras 1.3.3 and 6.2 of the PWS are recommended. The responses to this RFI will provide the basis for updating the PWS and inform subsequent government decisions. Respondents to this RFI are encouraged to provide a capabilities briefing demonstrating they have skills and proficiency in the full range of technologies within the AF/A9 architecture. This includes: 1. Demonstrated knowledge of the Air Force Instructions that guide the implementation of Information Technology and Communications, and experience performing the associated additional duties is required; 2. Demonstrated capability to provide Key personnel with demonstrated experience with each operating system as well as the middleware; 3. Demonstrated capability to assign individuals to this effort with documented manufacturer certification of training or documented experience performing the duties for three years to maintain these servers with their associated services before being assigned; 4. Demonstrated capability to provide Key personnel with experience with each critical software package as listed in the PWS; 5. Demonstrated capability to provide individuals with current (less than 5 years since previous review) Single Scope Background Investigation (SSBI), and a minimum of Top Secret clearance. At least 3 personnel should be eligible for a minimum of DCID 6/4 SCI access. In addition all personnel must meet requirements to hold NATO Secret clearances. Anyone that cannot hold a TOP SECRET clearance will be deemed not capable. Companies are encouraged to respond if they have the capability and capacity to provide the above identified AF/A9 IT services with little or no disruption of services to current users within the National Capital Region. Respondents to this RFI should identify their company name, address, email, telephone number and a name and telephone number of a point of contact having the authority and knowledge to clarify responses with government representatives. To the maximum extent possible, please submit non-proprietary information. Any proprietary information submitted should be identified as such and will be properly protected from disclosure. The potential NAICS code is 541519 with a size limitation standard of $23M. In the response, firms must provide their business size status in accordance with the Small Business Administration (www.sba.gov) website for the above referenced NAICS Code they fall within (i.e. small business, 8(a), HUBZones, Small Disabled Veteran Owned Business, etc.). Identification of firms GSA schedule and SINs that are applicable to this potential requirement are requested. Submissions are due within 20 days, NLT 15 January 2007, of this announcement and may be made by emailing the capabilities response to: Ms. Grace K. Fontana, (703) 588-6992, Grace.Fontana@Bolling.af.mil, Air Force District Washington/A7KS (Studies, Analysis & Advisory Branch) 1777 Kent Street, 8th Floor, Rosslyn, Virginia 22209 A copy of your response should be forwarded to Mr. James J. Brooks (Jim.Brooks@pentagon.af.mil). DISCLAIMER 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. 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. Responses to the RFI will not be returned. Information provided in response to this RFI will be used to assess tradeoffs and alternatives available for determining how to proceed in the acquisition process. This notice is part of the Governments Market Research, a continuous process for obtaining the latest information on the ?art of the possible? from industry with respect to their current and near-term abilities.
 
Place of Performance
Address: National Capital Region (Washington DC, Virginia, Maryland)
Zip Code: 22209
Country: UNITED STATES
 
Record
SN01201247-W 20061223/061221220749 (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.