SOLICITATION NOTICE
70 -- REQUEST FOR INFORMATION (RFI) CMOS 8(A) SMALL BUSINESSES OR SMALL BUSINESSE
- Notice Date
- 5/13/2010
- Notice Type
- Presolicitation
- Contracting Office
- 200 East Moore Drive, Bldg 888 Ste 1060MAFB-Gunter Annex, AL
- ZIP Code
- 00000
- Solicitation Number
- R2400
- Point of Contact
- John Crowell john.crowell@gunter.af.mil
- E-Mail Address
-
E-mail the POC
(john.crowell@gunter.af.mil)
- Small Business Set-Aside
- N/A
- Description
- (1) REQUEST for INFORMATION (RFI). IT is the Governments' intent to seek 8(a) Small Businesses or Small Businesses with existing Government-wide contract vehicles for the purpose of conducting market research. Specifically, the Government is seeking 8(a) Small Businesses or Small Businesses that have the ability to provide software development support for the Air Force Cargo Movement Operations System (CMOS) program requirement. Respondents to this RFI should provide capability statements as qualified prospective vendors capable of providing the services that support the objectives identified in the RFI and its' attachments. The Transportation Systems Flight of the 754 ELSG/ILT for the CMOS Program Management Office (PMO) is conducting this RFI to determine sources with core competencies and demonstrated experience in large scale software development functional enhancement support. The area of focus for this effort has one main objective. This objective is to ac! quire technical and functional software support, to solve operational problems from the vendors for the PMO for the current CMOS baseline (CMOS version 7.3.3). This baseline software support requires the contractor to perform software development, maintenance, and sustainment activities for deficiency reports generated from problem reports and requirements provided by the program office. The base period of performance will be one (1) year, with three (3) / one (1) year option periods (if exercised). Historically, this requirement has been valued at approximately five million dollars or more ($5M) per award. The current vendor is Northrop Grumman Information Technology (NGIT) as the prime contractor and General Dynamics Information Technology (GDIT) as the sub-contractor. (2) THE GOVERNMENT DOES NOT INTEND TO AWARD A CONTRACT ON THE BASIS OF THIS RFI OR REIMBURSE ANY COSTS ASSOCIATED WITH THE PREPARATION OF RESPONSES TO THIS RFI. This RFI is issued solely for information and planning purposes and does not constitute a solicitation. All information received in response to this RFI marked Proprietary will be handled in accordance with applicable regulations and statues. 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 for CMOS contracts. 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 a request for interested parties to describe their technical capabilities and demonstrated experience with system development, integration, deployment, accreditation, product evaluations, and technical support of large scale CMOS software development to perform functional enhancements. All interested contractors are requested to provide written response to the questions below. A response to this RFI is necessary in order to assist the CMOS PMO in determining the potential levels of interest, adequate competition, and technical capability within the Small Business Community to provide the required services. In addition, this information will also be used to assist the CMOS PMO in establishing a basis for developing any subsequent potential small business participation plan and/or small business goal percentages. TARGET AUDIENCE: Only 8(a) small businesses or small businesses are requested to respond to this RFI to assist the CMOS PMO in formulating an acquisition strategy that fairly considers a business' ability to participate in the acquisition, either as prime contractors or as subcontractors. The government will give first priority to qualified 8(a) contractors and 8(a) concerns before considering setting aside the CMOS requirement as a small business set-aside. Businesses must submit responses that demonstrate their qualifications. Please note that personnel with current Department of Defense (DoD) Secret clearances (minimum) will be required at contract award. Interested businesses meeting the 8(a) small business or small business standard are requested to submit a response to the Contracting Officer within ten (10) business days of issuance of this RFI. Late responses will not be considered. Respondents shall also include in their response to this RFI the following information:a. Business sizeb.DUNS numberc.CAGE Coded.North American Industry Classification System Code (NAICS) 541512Additionally, responses should include recent (within the past three years or work that is on-going) and relevant (work similar in type, scope, and complexity) experience, to include contract numbers, project titles, dollar amounts, a clear description of the work performed, and points of contact with telephone numbers where the responder performed the relevant work. Provide a list of the current contract vehicles your services may be procured from, to include the General Service Administration (GSA), Federal Supply Schedule (FSS), Network-Centric Solutions (NETCENTS), Information Technology Enterprise Solutions (ITES) and any other Government contract vehicle. Marketing brochures and/or generic company literature will not be considered. Not addressing all the requested information may result in the Government determining the responder is not capable of performing the objectives. (3) REQUESTED INFORMATION:Interested vendors are requested to submit a maximum 25 page statement of their knowledge and capabilities to perform the following: Technical: Describe your development experience as it relates to application development in a Client/Server environmentoClient application written in Oracle Forms 6i and PL/SQLoServer hosting Relational Database Management System (RDMS) - Oracle 11g Database application and communicationsDescribe your development experience with the follow coding Languages:oOracle Forms 6ioPro CoPerloPL/SQLDescribe your development experience creating applications for the following devices:oHand Held Terminals (Intermec CK31,CK61, or 751, Symbol 9090),oOptical Memory Card- reader/writer,oRadio Frequency Identification Tags with docking stations, oSavi Interrogator oPassive Label RFID Printers.Describe your development experience creating interfaces supporting ANSI X12 EDI.Describe your development experience creating interfaces using XML and web services.Describe your software development process.Describe your software testing processes so that you ensure system requirements and design compliance are met. Management:Describe your management approach for providing the Government insight into project progress and status.Describe your process for risk identification and risk management.Transportation:Describe any work experience with the following transportation interfaces:oDCAPES-MANPERoLOGMODoGTNoGATESoTCAIMSIIoJTAV (RFITV)oMDSS-LOGAISoFACTSoDTCIoWPSoAFDSoGFMoIBSoSEDs (US CUSTOMS) Describe your work experience with Transportation Reference Data Management System (TDRM). Describe your development experience creating applications using Military Shipping Labels and Express Carrier Labels (reference MILSTD 129P and DTR Part II for MSL format). Interested vendors should forward their capabilities and other information to be considered to HQ 754 ELSG/ESO, Mr. John E. Crowell, john.crowell@gunter.af.mil and Ms. Sharon F. Stallings, Sharon.stallings@gunter.af.mil. Responses to this RFI are to be submitted by and RECEIVED by close of business COB 5:00 p.m. Central Standard Time (CST) Tuesday, 25 May 2010. Responses must be single-spaced, Times New Roman, 12 point font, with one inch margins, and compatible with MS Office Word 2003. Proprietary information and trade secrets, if any, must be clearly marked on all materials. All information received that is marked Proprietary will be handled in accordance with applicable regulations and statues. Please be advised that all submissions become Government property and will not be returned. All Government personnel reviewing RFI responses will have signed non-disclosure agreements and understand their responsibility for proper use and protection from unauthorized disclosure of proprietary information as described in 41 USC 423. The Government shall not be held liable for any damages incurred if proprietary information is not properly identified. (4) Points of Contact:Contracting Officer: Ms. Sharon F. Stallings Phone: 334-416-1659E-Mail: sharon.stallings@gunter.af.mil Contract Specialist: Mr. John E. Crowell Phone: 334-416-4734E-Mail: john.crowell@gunter.af.mil (5) Attachments:Attachment One (1):Performance Work Statement (PWS)
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/ESC/R2400/listing.html)
- Record
- SN02148669-W 20100515/100513235056-5aa42eb3644631befc2654c5ee3e92fb (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 |