MODIFICATION
D -- All questions received by 15 March 2012 shall be answered in this modification.
- Notice Date
- 3/19/2012
- Notice Type
- Modification/Amendment
- 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
- 3/22/2012
- Archive Date
- 5/21/2012
- 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
- 1. When is the RFP anticipated? Response: A date for the RFP has not been determined yet. 2. When is the approximate Date of Award anticipated? Response: A date of award has not been determined yet. 3. PWS states Key Personnel names will be designated within 5 days of Date of Award. Will resumes for Key Personnel be required for proposal submissions? Response: Yes, resumes will be required for key personnel to provide confirmation that they possess the desired skills defined in the PWS. 4. Will alternate (failover) site be located in the metropolitan Washington DC area? Response: The alternate site is not located in the Washington DC Metropolitan Area. We cannot disclose the exact location of our alternate site. 5. Will the contractor work directly with the Numara FootPrints software? Response: Yes, the contractor will be given access to the Numara FootPrints software. 6. Is migration to Oracle Database 11g anticipated during the Period of Performance? Response: Yes, we will migrate to Oracle 11g during the period of performance. 7. Has government used an existing Systems Integrator to formulate Solicitation Number: W91WAW-12-R-0057? Response: We cannot respond to this question because we are unclear of what the vendor is asking. 8. Does government genuinely seek a new vendor to execute requirements of DAMIS? Response: This is a request for information to perform market research to determine if there are currently any vendors capable of supporting the DoD OIG's current management information system. 9. Is a current Small Business vendor onsite to support DAMIS? Response: Yes, we currently have a vendor to support DAMIS who can work onsite if needed. 10. The government states all developer software on furnished laptops. Will the government manage all software licenses and updates or is the contractor responsible for this? Response: Yes, the Government will manage all software licenses and updates for all software provided by the Government and loaded on government furnished equipment. 11. The notice states a Secret clearance is required to perform this work. Are offerors required to have a Secret Clearance in order to respond to this opportunity? Response: No, offerors are not required to have a Secret Security Clearance to respond to this source sought. A Secret Security Clearance is required to perform the work. 12. Did the DAMIS ever get're-built'? Response: No, DAMIS has not been rebuilt. 13. What, if any, is the relationship between the two RFI's? Response: The two RFIs are different. The DoD OIG will continue to use the current management information system. The current RFI has been issued to determine if there are any vendors capable of supporting the DoD OIGs existing management information system. The previous RFI was issued to determine if there are any vendors capable of providing the DoD OIG with a new management information system that met the requirements defined in the RFI. 14. Are there any other technologies that DAMIS uses other than those listed in section 5.9 Web Hosting Package? Response: No, all software listed in the PWS are the only software used for DAMIS. 15. Will the contractor be accountable and/or responsible for Information Assurance (IA) requirements like DIACAP, C&A, POA&M, vulnerability scans? patching etc for DAMIS or is the requirement more along the lines of working with the IA group to "comply" with the above mentioned IA requirements and assist them to meet these requirements? Response: The Government will work with the vendor to meet the IA requirements described above. 16. Does DAMIS currently have an ATO? If yes, when does it expire? If not, will this be a responsibility of the new contractor? Response: We are in the process of renewing the ATO since the agency's relocation to a new facility. The Government is responsible for completing the ATO package. 17. The three key management personnel listed are Project Manager, Alternate Project Manager, and Information Assurance Technology Level 2 Certified person. Yet the tasks are design, development, deployment, testing and maintenance and operation of the DAMIS. Are these three KMP, particularly the IAT Level II certified position, expected to perform all these tasks? Many of these tasks, such as development, appear to be better suited for a software developer/engineer. Response: No, all three key management personnel are not expected to design, develop, deploy, test, maintain, and operate DAMIS. Only the IAT Level-II certified personnel will be expected to perform the above tasks. The Project Manager and Alternate Project will be expected to oversee the contract and ensure that quality deliverables defined in the PWS are completed according to schedule. 18. The PWS lists recommended qualifications for the PM and IAT Level II certified KMP, but not the Alternate PM. What are the recommended qualifications for the Alternate PM? Response: The Alternate PM should possess the same qualifications as the PM. The Alternate PM is a part-time position. The Alternate PM is only expected to perform work on the contract during the absence of the primary PM. The Alternate PM will be expected to carry out the duties of the primary PM during his or her absence. 19. Is there an existing backup and data recovery system, such as a Continuity of Operations, in place? Response: No, there is currently no backup and data recovery system in place for DAMIS. A backup and data recovery system is expected to be established for DAMIS during the current calendar year. 20. On what network does the DAMIS application currently reside? Response: DAMIS resides on the DoD OIG network within the.mil domain. 21. In what software language is DAMIS currently developed? Response: DAMIS is currently developed in the JSP programming language. 22. What database platform is used as the backend for DAMIS? Response: Oracle 10 and 11g. 23. Are all three KMP required to work full time on the contract? Response: The PM and IAT Level-II Certified Person are full-time positions. As mentioned earlier, the Alternate PM is only required to perform work on the contract during the absence of the primary PM. 24. What are the required support hours for DAMIS? It states in section 1.7 that the contractor is required to perform their work between the hours of operation are 6AM - 9 PM. Is the expectation that DAMIS be actively supported during this time, or that standard working hours (8 Hours, M-F) should fall within this time? Response: We require that DAMIS be operational from 6am-9pm EST. We require the contractor to be on call outside of core business hours to address any emergencies that may arise with the DAMIS application.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/3fb26bf4bbd83b4988fa01cff4e1b4f7)
- Place of Performance
- Address: ITEC4, NCR PARC (NCR-CC) Directorate of Contracting, 2461 Eisenhower Avenue Alexandria VA
- Zip Code: 22331-0700
- Zip Code: 22331-0700
- Record
- SN02699682-W 20120321/120319234743-3fb26bf4bbd83b4988fa01cff4e1b4f7 (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 |