MODIFICATION
D -- DLA J6 Enterprise IT Solutions
- Notice Date
- 7/3/2012
- Notice Type
- Modification/Amendment
- NAICS
- 518210
— Data Processing, Hosting, and Related Services
- Contracting Office
- Defense Logistics Agency, DLA Acquisition Locations, DLA Troop Support - Construction & Equipment, 700 Robbins Avenue, Philadelphia, Pennsylvania, 19111-5096, United States
- ZIP Code
- 19111-5096
- Solicitation Number
- SP4701RFI
- Archive Date
- 7/28/2012
- Point of Contact
- Michael Yacobacci, Phone: 215-737-7339
- E-Mail Address
-
Michael.Yacobacci@dla.mil
(Michael.Yacobacci@dla.mil)
- Small Business Set-Aside
- N/A
- Description
- Sources Sought Notice/Request For Information Description: PURPOSE: The purpose of this Request for Information (RFI) is to conduct market research seeking to identify Small Business Vendors who would be interested in offering on a forthcoming Request For Quotation (RFQ) for the Defense Logistic Agency's J6 Enterprise IT Solutions support/development services as described below. This RFI is issued solely for information and planning purposes and does not constitute a formal Request for Quotation, or promise to issue a solicitation in the future. Respondents are advised that the Government will not pay for any information or administrative costs incurred in responding to this RFI. Target Audience: Small Businesses Requested Information: •1. Would your company be interested in submitting an offer to provide the services described below? •2. Please provide examples of past performance demonstrating that your firm has performed projects and/or tasks of similar scope and complexity as those detailed below. At a minimum, provide a contract number, point of contact information (i.e. phone number and e-mail address) for the customer supported, a brief summary description of the task requirements of each referenced contract, and the total dollar value of each contract referenced. •3. Would your company plan to support the requirements under some type of subcontracting, partnering, or teaming arrangement? If so, please identify those firms you intend to work with under such an arrangement and an explanation of how the firms would be uniquely qualified to support such an effort. •4. Please provide any additional information that may assist the Government in determining that your firm could potentially perform the services described below for a large acquisition. Scope of Work: The Contractor shall provide the full range of IT services, technical and management expertise, and solution-related enabling products in the area of Enterprise IT Solutions: Technical Support, Maintenance and Sustainment Services meets the mission needs of DLA. IT Solutions refer to those capabilities, applications, software, hardware, and/or systems that are either developed by the DLA Program Executive Office (PEO) (J62) AND maintained and/or sustained by DLA Enterprise Operations (J64) OR the development of capabilities, applications, software, hardware, and/or systems that fall outside DLA PEO Acquisition Program Offices AND are thus developed separately by Enterprise Operations. Tasks will be identified in individual task orders and information technology solutions/capabilities may support DLA on an Enterprise or world-wide basis. The Contractor shall furnish the necessary personnel, materials, equipment, facilities, and travel in order to acquire the services necessary to satisfy the ordered IT capabilities and solutions. While this PWS identifies the general service area, the suite of resulting contracts (i.e. task orders) is intended to satisfy the full range of IT related requirements within this area of services. With the pace of technology change, it is difficult to anticipate how the Government's IT requirements and individual programs will evolve over the life of these contracts. The specific scope of each effort will be based on the specific tasks to be set forth in individual task orders (TOs), but may include IT maintenance, sustainment, and life cycle support tasks in areas such as: •· Information Technology Solutions Technical Support, Maintenance and Sustainment •· Enterprise Business System Software Maintenance And Technical Support •· Information Technology Project Planning and Management These efforts may require the Contractor to travel to DLA Headquarters on Fort Belvoir, VA and satellite offices in the Northern Virginia/Metro Washington, D.C. area. Additionally; travel and performance may be required to support the various DLA Centers such as but not limited to those in Richmond, VA; Dayton, OH; Columbus, OH: Mechanicsburg, PA; New Cumberland, PA; Philadelphia, PA; Battle Creek, MI; Ogden, UT; Honolulu, HI; Kaiserslautern, Germany and the CENTCOM and PACOM Areas of Responsibility. The period of performance for the acquisition will be five years from the date of award. Offerors will be required to provide pricing within a Rough Order of Magnitude (ROM), which will include the anticipated labor categories that will be required, along with the estimated labor hours for each labor category. The Government anticipates including twenty-four labor categories within the ROM, most of which will be designated as key personnel. Examples of key personnel to be required include: Project On-Site Manager: Must hold a Project Management Professional (PMP) certification. Five (5) years relevant experience. Must have knowledge of: DOD Lifecycle management, DOD 5000.1, 5000.2, DODI 5000.02, and Guidebook PPBE ARIS system engineering tool Defense Acquisition Management Information Retrieval (DAMIR) System reporting format for DAES OSD report. SAP products for Enterprise Resource Planning Must be eligible for an IT II Senior IT Management Specialist: •· Must possess an IT Infrastructure Library (ITIL) version 3 (V3) certification and specific knowledge and experience with the ITIL framework. •· Two (2) years of practical industry, government and/or consulting experience in information technology management. •· IT project management experience using various Microsoft tools •· Technical skill in benchmarking IT services and support for best practices •· Knowledge and experience in managing information technology services and strategies. •· Proficiency in basic analytical software such as Microsoft Excel and Access, proficiency with the Microsoft Office suite, to include Word, PowerPoint and SharePoint. Data Architect: Five (5) to Seven(7) years relevant experience •· Must be eligible for an IT II Relevant certification from a nationally recognized technical authority. The Government intends to make multiple awards. After award, resultant task orders will be competed amongst the multiple awardees to determine the vendor that receives the task order award. The Government expects the annual estimated dollar value of all resultant task orders to be $160 million dollars, and the total dollar value of the five year period to be $800 million. The specific scope of each effort will be based on the specific tasks to be set forth in individual task orders (TOs), but may include IT maintenance, sustainment, and life cycle support tasks in areas such as: TASK AREA 1 -IT SOLUTIONS TECHNICAL SUPPORT, MAINTENANCE AND SUSTAINMENT The Contractor shall provide full lifecycle support for the range of solutions and services supporting DLA's Business and Logistics System including, among others, Distribution Standard System (DSS). Full lifecycle solution and service support necessary to meet requirements of this contract and individual TOs as related to Enterprise IT Solutions: Technical Support, Maintenance and Sustainment Services may include: •· Methodologies, Standards, and Architecture •· Planning and Analysis Services •· Design/Build Services •· Testing Services •· Implementation Services •· Problem Management and Help Desk Support •· Quality Assurance •· Productivity •· Information and Knowledge Engineering •· Maintenance and Support Services •· Maintenance Periods and Scheduled Maintenance •· Delivery and Staging •· Asset and Inventory Management •· Redeployment and Disposal of Equipment •· License Management and Compliance •· Documentation •· Release Control •· System Change Request Support •· System Maintenance Support •· Oracle Database Support •· Business System and IT Architecture Upgrade Support •· Data Interfaces •· Disaster Recovery •· Testing, Evaluations, and Licensing Support •· Product Integration •· Systems Integration Services TASK AREA 2 - EBS SOFTWARE MAINTENANCE AND TECHNICAL SUPPORT The Contractor shall provide full lifecycle support for the range of solutions and services as specified in Task 2 and its respective Subtasks as stated below, which are necessary to meet requirements of this contract and individual TOs as related to DLA's Enterprise Resource Planning (ERP) system: Enterprise Business System (EBS) software maintenance and technical support. Full lifecycle solution and service support shall include: •· Current State Assessment •· Development •· Training •· Testing •· Knowledge Warehouse •· Technical Advisory Services •· Support •· Business Warehouse Support and Upgrades TASK AREA 3 - IT PROJECT PLANNING AND MANAGEMENT The Contractor shall provide full lifecycle support for the range of solutions and services supporting DLA Information Operations Enterprise Solutions Information Technology Project Planning and Management. Full lifecycle solution and service support necessary to meet requirements of this contract and individual TOs as related to IT Project Planning and Management may include: •· Project Services •· Planning Assistance •· Management •· Implementation •· Compliance •· Documentation •· Advisory •· Project Benchmark •· Functional Benchmark •· Technical Benchmark •· Data Benchmark •· Benchmark Tools and Methods •· Baseline Definition •· Support •· Analysis including Risk Assessment and Impact •· Business Case Analysis Support •· Administrative Support •· Transition Services Responses: If you are a small business and are interested in offering on such an opportunity please email the requested information to Joseph Marquis ( joseph.marquis@dla.mil ) and Michael Yacobacci ( michael.yacobacci@dla.mil ) by close of business (COB) July 13, 2012. The RFI response date has been extended until July 13, 2012. Proprietary information or 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. All government reviewing RFI responses will have signed non-disclosure agreements and understand their responsibility for proper use and protecting 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.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DLA/J3/DSCP-I/SP4701RFI/listing.html)
- Place of Performance
- Address: Several, United States
- Record
- SN02793973-W 20120705/120704000218-6cbe52eb5f9a79417a0c825f804a8b4d (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 |