Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 01, 2012 FBO #3750
SOURCES SOUGHT

D -- Department of Defense Office of Inspector General, Defense Automated Management Information System (DAMIS)

Notice Date
2/28/2012
 
Notice Type
Sources Sought
 
NAICS
541513 — Computer Facilities Management Services
 
Contracting Office
ITEC4, NCR PARC (NCR-CC), Directorate of Contracting, 2461 Eisenhower Avenue, Alexandria, VA 22331-0700
 
ZIP Code
22331-0700
 
Solicitation Number
W91WAW-12-R-0057
 
Response Due
3/29/2012
 
Archive Date
5/28/2012
 
Point of Contact
Yahtzee Moody, 703-325-2758
 
E-Mail Address
ITEC4, NCR PARC (NCR-CC)
(yahtzee.c.moody.civ@mail.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Date: 28 February 2012 Subject: Sources Sought Market Research, THIS IS NOT A REQUEST FOR PROPOSAL Title of Requirement: Defense Automated Management Information System (DAMIS) Requiring Activity: Department of Defense Office of Inspector General (DoD OIG) Contracting Office: Army Contracting Command-National Capital Region (ACC-NCR) Background: This sources sought announcement is to gain information of interest, capabilities, and qualifications, and to conduct market research from a Small Business. The source sought is not to be construed as a commitment by the Government. This announcement is not a solicitation as defined by FAR 2.101, and the Government is not requesting offers or proposals at this time. This sources sought does not commit the Government to contract for any supply or service. Respondents are advised that the U.S. Government will not pay for any information or administrative costs incurred in responding to this sources sought. Any responses to this sources sought received by the Government will not be accepted to form a binding contract. The Government is not obligated to consider any contractors input as a result of this notice. If a solicitation is issued, the Government does not guarantee that it will be issued to sources sought respondents. The US Army Contracting Command-National Capital Region (ACC-NCR), intends to procure contractor services described in the attached Draft Performance Work Statement and Department of Defense form 254 (DD 254). A SECRET Clearance is required for performance of the work. The contemplated work to be performed is follow-on to contract W91WAW-10-F-0033. Target Audience: The applicable North American Industry Classification System (NACIS) Code is 541513. This requirement is not expected to exceed $860,000.00 for one (1) year and two (2) option years. Small Businesses are requested to respond to this sources sought to assist ACC-NCR in formulating an acquisition strategy that fairly considers small business ability to participate in the acquisition. 541513 Computer System Facilities Management Services$860,00.00 Sources Sought: This Sources Sought announcement is requesting responses to the following criteria ONLY from small businesses that can provide the required services under the North American Industry Classification System (NAICS) 541513. In addition to Small Businesses, this synopsis is encouraging responses from qualified and capable 8a Small Business, Service Disabled-Veteran Owned Small Businesses, Veteran-Owned Small Businesses, Women-owned Small Businesses, HUBZone Small Businesses, and Small Disadvantaged Small Businesses, Historically Black Colleges and Universities/Minority Institutions, Small Business Joint Ventures, Consortiums and Teaming Partners. This Sources Sought is issued to assist the agency in performing market research to determine if there are qualified and capable Small Businesses to provide the service. Late responses will not be considered. Responses should provide the business's Data Universal Numbering System (DUNS) number and the Commercial and Government Entity (CAGE) code per the Central Contractor Registration (CCR). Additionally, responses should include recent (within the past three years or work that is on-going) and relevant experience (work similar in type and scope) to include contract numbers, project titles, dollar amounts, and points of contact with telephone numbers where the responder performed the relevant work. 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 scope of work required. Scope: The scope of this contract effort is to provide operation and maintenance for the Defense Automated Management Information System (DAMIS). This is a web-based software system that provides Department of Defense Office of Inspector General (DoD OIG), a technology-based management information system for planning, managing, and reporting on audits, evaluations, and inspections to its internal and external customers. DAMIS was engineered for the DoD audit community to facilitate project management. DAMIS is a planning and tracking tool that provides an automated capability to capture and distribute information about the projects within the DoD audit community. DAMIS Service View (SV) is a stand-alone application designed to document and display auditors and other staff members' information about their activities. It is a repository of planned, ongoing, and, completed audits to evaluate the quality control undertakings and assistance activities. The Service View manages time, attendance, training, and development data from ongoing and completed projects. DAMIS SV is composed of 9 major modules: oProjects - plans and track assignments, project status and cost oProduct - track findings, recommendations, and monetary benefits oReports - tool for reporting capability oStaff - adds, modifies, remove users from the system oTraining - tracks staff training oTimesheet - track staffs work hours on projects and other indirect activities oAdmin - gives privileges to user to manage various parts of DAMIS oGovernment Accountability Office (GAO) - supports GAO projects of DoD activities and programs oAudit Follow-Up (AFO) - tracks the status of findings, recommendations, and monetary benefits for DoD OIG and GAO reports on DoD topics. AFU does not track monetary benefits for GAO projects. DAMIS supports up to 50,000 hits a day worldwide and supports approximately 1,600 users. The contractor shall ensure that all contractor support personnel performing on this contract hold Level I, II, or III Information Technology Certifications in compliance with DoD Manual 8570.1, "Information Assurance Workforce Program". The place of performance shall be at the Contractor's site and Government facilities. The Government shall provide space and furniture if the Government requires the Contractor to work at the Government facilities. The capability packages for this sources sought market survey shall not be in the form of technical and price proposals, but rather statements regarding the firm's existing experience in relation to the areas specified in the attached draft Performance Work Statement (PWS) and 36 CFR 1194 Section 508, the amended Rehabilitation Act of 1973 via the internet at http://www.section508.gov. Complete Capability Packages must provide answers with supporting statements to the following: Describe capabilities to provide operation, integration, database management, and data backup and recovery for DAMIS, system troubleshoot; perform code adjustments; software release development, and testing,. Describe capabilities to document the procedures followed to operate and maintain DAMIS and resolve common recurring problems in DAMIS. Describe the capabilities to maintain the list of all relationships, table structures, and table names for DAMIS. Describe the capabilities to assist the Government in developing and implementing an IT Contingency Plan (Disaster Recovery Plan) for DAMIS. Describe the capabilities to perform system-wide regression testing before the release of approved code changes and updates. The Government shall provide the following software on government-furnished servers to operate and maintain DAMIS. oRedhat Enterprise Linux 5 or higher oOracle 10g or higher oTomcat 5.5 or higher oJava 1.5 or higher oJPDF Suite Professional and Developer oAntivirus Software The Government shall provide developer software on the government -furnished laptop computers to support DAMIS operation and maintenance: oApache Subverison oApache Tomcat 5.5 for Windows oX-Win -32 oInternet Explorer 8 or later oOracle SQL Developer 10g or later oOracle Client 10g or later Provide up to three (3) past performance references to show that your company has relevant and current past performance. Include contract numbers, the title of the contract and the Agency the contract is administered by, contract type, dollar value, points of contacts, and brief description of work performed. Relevancy is based on having performed similar or same types of services (nature of work, scope, complexity and difficulty) as described in the Draft PWS. Currency is defined as having relevant past performance within the last three years (as of 21 April 2008). Please provide IDIQ contract number(s) in which your small business is the prime contractor holder, in particular, contracts that are set-aside for small business. Please provide your company's name, point of contact (POC), address, and phone number to Ms. Yahtzee Moody (Contract Specialist) and Mrs. Rachel Moye (Contracting Officer) for this procurement. A Firm Fixed Price type contract or task order is anticipated. The anticipated period of performance is 3 years, including 12-month base and two12 month options. Contractors are responsible for all costs for submitting their capability packages. The Government is also requesting that restrictive or proprietary markings not be used in response to this sources sought synopsis. Packages must not exceed 15 pages and must be submitted electronically, in MS Word or PDF formats only. Capability packages with more than 15 pages will not be considered. All contractor questions concerning this Sources Sought announcement must be submitted, in writing via email, no later than 12:00 p.m. on Thursday, 15 March 2012 to email: yahtzee.c.moody.civ@mail.mil AND rachel.j.moye.civ@mail.mil. Only questions submitted by email will be addressed. Answers to questions will be posted no later than Tuesday, 20 March 2012. Packages must be submitted no later than 12:00 p.m. on Thursday, 29 March 2012 to email: yahtzee.c.moody.civ@mail.mil AND rachel.j.moye.civ@mail.mil. Yahtzee Moody ACC-NCR Attachments: 1-Draft PWS
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/9ef847dfa6881e314da13697f187468a)
 
Place of Performance
Address: ACC-NCR 200 Stovell Road Alexandria VA
Zip Code: 22331-0700
 
Record
SN02685143-W 20120301/120228235544-9ef847dfa6881e314da13697f187468a (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.