SOURCES SOUGHT
A -- Spectrum Requirements/Reallocation Analysis Capability (SRRAC)
- Notice Date
- 4/18/2012
- Notice Type
- Sources Sought
- NAICS
- 541712
— Research and Development in the Physical, Engineering, and Life Sciences (except Biotechnology)
- Contracting Office
- Defense Information Systems Agency, Procurement Directorate, DITCO-NCR, P.O. BOX 549, FORT MEADE, Maryland, 20755-0549, United States
- ZIP Code
- 20755-0549
- Solicitation Number
- DSO_SRRAC_2012
- Archive Date
- 5/17/2012
- Point of Contact
- Walter F. Holt, Phone: 301-677-5285
- E-Mail Address
-
walter.holt@disa.mil
(walter.holt@disa.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- 1. Description This sources sought announcement is published for market research purposes only. This market research will be used to help identify sources in the market. This is a request for all interested sources to complete and return a Capabilities Statement that addresses the requirements of this RFI. It will be used to determine which contractors possess the capability and experience to provide comprehensive product development for the SRRAC project. The respondent's capability statement should address each task within this RFI. This should not be construed as a commitment by the Government to issue a solicitation or ultimately award a contract, nor does it restrict the Government to a particular acquisition approach or otherwise reimburse respondents for any costs incurred in preparation of a response to this notice. 2. Background The DoD needs to more rapidly compile the information necessary to quantify and articulate potential impacts of loss of spectrum access due to reallocation actions. Due to the myriad of factors that impact spectrum requirements/usage (physics that dictate system parameters, mission requirements, employment and operational constraints), the supporting analysis can be extremely complex. The Spectrum Requirements/Reallocation Analysis Capability (SRRAC) will be part of a suite of capabilities to provide a comprehensive, automated, framework to be used for consolidating required data, conducting analyses and compiling analysis results to present a strategic-level view of DoD spectrum requirements for senior decision-makers to responsively develop DoD positions regarding spectrum reallocation. SRRAC Increment 1 was conducted to model the supporting business processes, define data requirements, and establish a high level architecture. Increment 1 yielded a number of products to include a Software Requirements Specification, a CONOPS, and a High Level Architecture document. This PWS addresses implementation of a subset of the SRRAC requirements for document management, collaboration, workflow, supporting analysis, and use of various enterprise services and applications to support these activities. 3. Requested Information Interested sources are requested to submit a maximum six (6) page capability statement of their ability and experience to perform the following tasks. The capability statement should clearly state the contractor's capability to perform each of the tasks below. The capability statement should include past performance that is directly related to the tasks. 3.1. Task 1 - Perform Requirements Review and Analysis of Alternatives The contractor shall review SRRAC requirements and identify applicable enterprise capabilities to address those requirements. Review products resulting from SRRAC Increment 1, including the High Level Architecture Description and the CONOPS. Survey available applicable DoD enterprise software services (e.g., Sharepoint) that can fulfill the capability requirements. Perform analysis of alternatives based on existing capabilities and limitations of available DoD enterprise service offerings with respect to requirements. Results shall be documented in an Analysis of Alternatives report. 3.2 Task 2 - Develop SRRAC Initial Operational Capability (IOC) This task is to implement/integrate available enterprise service capabilities (e.g., Sharepoint) to support collaboration, work flow, document management, data presentation, analysis, and report generation in a manner optimized for selected SRA and associated business processes. Need to store, index, search, update, and perform version control of documentation such as email and attachments. This will include implementation/utilization of a methodology to index and search structured and unstructured data that is optimized for the spectrum community of interest. Contractor shall work with enterprise service administrators to determine methods of implementing desired functionality. Specific implementation will depend on constraints of enterprise supported services and associated networks, which may include constraints imposed by security & accreditation boundaries. The contractor shall enable access from within the centralized workspace to external data sources and selected tools. The contractor shall document interfaces in an Interface Control Document. This task includes enabling data analysis/ presentation capabilities to work against selected data sets identified as necessary for IOC by the Government. 3.3 Task 3 - SRRAC Data Population The contractor will assist target users with input of or enabling access to selected historical documents, email and other data sources to support testing of indexing and search with meaningful working data. 3.4 Task 4 - Testing of IOC The contractor shall support iterative, rapid prototype testing of the capability with target users. The contractor shall support acceptance testing of the SRRAC IOC capability. 3.5 Task 5 - SRRAC Roadmap Develop recommendations for extending/enhancing the IOC capability, based on analysis of requirements documentation and interviews with target users. 3.6 Task 6 - Ad-hoc Support Provide ad hoc support such as: interface and coordination with ongoing initiatives; briefing, demonstration, and technical interchange meeting support. 3.7 Task 7 - Expansion of SRRAC Capability (Optional) Extend and enhance the IOC capability to include additional functionality as defined in Task 5. 4. Contract Type The Government is anticipating a Cost Plus Fixed Fee contract. The term of the resulting contract will be an eighteen month period (base period of six months plus one option year). 5. Sources Sought Respondents shall classify their company using the following North American Industry Classification System (NAICS) Code: 541330 Engineering Services, 541519 Other Computer Related Services, 541717 Research and Development in the Physical, Engineering, and Life Sciences (except Biotechnology), or 541690 Other Scientific and Technical Consulting Services. Respondents are requested to suggest other NAICS Codes. 6. Questions and Responses: Questions regarding this RFI shall be submitted in writing by email to the Contracting Officer and Contract Specialist. Verbal questions will NOT be accepted. Questions will be answered by posting answers to the Federal Business Opportunities (FedBizOpps) website ; https://www.fbo.gov/ ; accordingly, questions shall NOT contain proprietary or classified information. Responses to this RFI are to be submitted and received by 11:00 AM EST, 2 May 2012 to be considered by the Government. Responses should be single-spaced, Times New Roman, and12 point font with one inch margins, and compatible with MS Office Word 2007. The Government does not guarantee that questions received after 25 April 2012, will be answered. Late responses will not be considered. Responses should provide the business's DUNS number and CAGE code and include a statement of self certification under the NAICS code. Additionally, responses should include recent (within the past three years or work that is on-going) and relevant experience (work similar in type, scope and complexity) to include contract numbers, project titles, dollar amounts, and points of contact with telephone numbers. 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), 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 scope of work required. Points of Contact: Walter Holt Office: (301) 225-4502 Contracting Officer Email: walter.holt@disa.mil 7. Summary 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. DISA has not made a commitment to procure any of the items discussed and release of this RFI should not be construed as such commitment or as authorization to incur cost for which reimbursement would be required or sought. Proprietary information and trade secrets, if any, must be clearly marked on all materials. All information received that is marked proprietary will be handled accordingly. Please be advised that all submissions become Government property and will not be returned. The Government shall not be held liable for any damages incurred if proprietary information is not properly identified. The information provided in response to this RFI will be used to determine how to proceed in the acquisition process for In accordance with FAR 15.201(3), responses to this RFI are not offers and cannot be accepted by the Government to form a binding contract. If a solicitation is released, it will be synopsized on the Federal Business Opportunities (FedBizOpps) website. It is the responsibility of the potential offerors to monitor these sites for additional information pertaining to this requirement.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DISA/D4AD/DTN/DSO_SRRAC_2012/listing.html)
- Place of Performance
- Address: Defense Spectrum Organization, 2004 Turbot Landing, Annapolis, Maryland, 21402, United States
- Zip Code: 21402
- Zip Code: 21402
- Record
- SN02725208-W 20120420/120418235347-4c860809d50c5b369e6ecd01e47fa034 (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 |