Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 25, 2015 FBO #4992
SOURCES SOUGHT

70 -- Software Maintenace for Innovation Data Processing

Notice Date
7/23/2015
 
Notice Type
Sources Sought
 
NAICS
518210 — Data Processing, Hosting, and Related Services
 
Contracting Office
Defense Information Systems Agency, Procurement Directorate, DITCO-Scott JITC, P.O. BOX 12798, Ft. Huachuca, Arizona, 85670-2798, United States
 
ZIP Code
85670-2798
 
Solicitation Number
DHQCSD16MPC0004
 
Archive Date
8/20/2015
 
Point of Contact
Cindy Goshorn, Phone: 7172675707
 
E-Mail Address
cindy.m.goshorn.civ@mail.mil
(cindy.m.goshorn.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
SOURCES SOUGHT ANNOUNCEMENT The Defense Information Systems Agency ( DISA) is seeking sources for software maintenance for Innovation Data Processing's (IDP) proprietary Commercial-Off-the-Shelf (COTS) products. CONTRACTING OFFICE ADDRESS: DISA/DITCO/PL833 One Overcash Avenue Bldg 12, Chambersburg, PA 17220 INTRODUCTION: This is a SOURCES SOUGHT TECHNICAL DESCRIPTION to determine the availability and technical capability of small businesses (including the following subsets, Small Disadvantaged Businesses, HUBZone Firms; Certified 8(a), Service-Disabled Veteran-Owned Small Businesses and Woman Owned Small Business) to provide the required products and/or services. The Defense Enterprise Computing Center is seeking information for potential sources for software maintenance for Innovation Data Processing's (IDP) proprietary Commercial-Off-the-Shelf (COTS) products. DISCLAIMER: THIS SOURCES SOUGHT IS FOR INFORMATIONAL PURPOSES ONLY. THIS IS NOT A REQUEST FOR PROPOSAL. IT DOES NOT CONSTITUTE A SOLICITATION AND SHALL NOT BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT. RESPONSES IN ANY FORM ARE NOT OFFERS AND THE GOVERNMENT IS UNDER NO OBLIGATION TO AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCEMENT. NO FUNDS ARE AVAILABLE TO PAY FOR PREPARATION OF RESPONSES TO THIS ANNOUNCEMENT. ANY INFORMATION SUBMITTED BY RESPONDENTS TO THIS TECHNICAL DESCRIPTION IS STRICTLY VOLUNTARY. CONTRACT/PROGRAM BACKGROUND: Contract Number: HC1028-14-P-0287 Contract Type: Firm Fixed Priced Incumbent and their size : Innovation Data Processing, Large Business Method of previous acquisition: Sole Source Software maintenance for Innovation Data Processing's (IDP) proprietary Commercial-Off-the-Shelf (COTS) products during a period of 01 October, 2014 through September 30, 2015. REQUIRED CAPABILITIES: Innovation Data Processing's products, listed in the Table below and hereafter referred to as IDP's suite of products, have been in use in the Defense Information Systems Agency's (DISA's) IBM z/OS mainframe processing environment since the 1990's and are an established part of the everyday systems operations. Innovation Data Processing's maintenance of this requirement will support new releases and/or versions to bring both DISA DECC's up to the same release level. Additionally, software maintenance will provide for regularly recurring maintenance, updates, revisions, error detection and correction, patch releases, PTF's (program temporary fix), other pertinent documentation, and voice telephone access. The IDP suite of products used by DISA are listed in the table below: Fast Dump Restore (FDR) FDR FDR includes Dataset Functions (DSF) DSF FDR includes: Stand Alone Restore (SAR) SAR Fast Analysis of Tape Surfaces (FATS) FATS Automatic Backup & Recovery ABR ABR includes: FDREPORT which a z/OS DASD Management reporting tool. FDREPORT ABR includes: FDRAPL which is designed to backup data sets belonging to a single application. FDRAPL FASTCPK (CPK / Compaktor) is a DASD Volume reorganization tool. FASTCPK FDRREORG provides VSAM Re-Organization and PDS Compression. FDRREORG Innovation Access Method (IAM) IAM The Government envisions a solution for the maintenance for IBM z/OS Mainframe processing: maintenance, diagnosis, reporting, backup and recovery, and SMF management. 1. IDP's suite of products are used in five key areas for IBM z/OS Mainframe processing: maintenance, diagnosis, reporting, backup and recovery, and SMF management. System Administrators at DECCs Mechanicsburg and Ogden use IDP's suite of products in every day systems operation to provide data storage management; backup and recovery of z/OS data, volume and data set backup, DASD volume reorg and space release, managed volume incremental backup, batch driven DASD storage reporting. 2. System Administrators at DECCs Mechanicsburg and Ogden use IDP's suite of products in supporting the Army, Navy, Air Force, Marine Corps, DFAS, DLA, DISA, and DISA's COOP. IDP's suite of products are used in the Defense Information Systems Agency's (DISA's) IBM z/OS mainframe processing environment 3. The Government desires maintenance on IDP's suite of products. IDP's suite of products is proprietary and maintenance is only available sole source from Innovation Data Processing. No other vendor or distributor can legally obtain access to the software source code, make duplicate copies, provide new versions, release upgrades, plus fixes/patches/PTFs (program temporary fix) and maintenance are only available Innovation Data processing, since copyrights and patent laws protect it. SPECIAL REQUIREMENTS Must be a distribuitor that can legally obtain access to IDP's software source code, make duplicate copies, provide new versions, release upgrades, plus fixes/patches/PTFs (program temporary fix) and maintenance. SOURCES SOUGHT: The anticipated North American Industry Classification System Code (NAICS) for this requirement is 518210, with the corresponding size standard of $32,500,000. This Sources Sought Synopsis is requesting responses to the following criteria ONLY from businesses that can provide the required services under the NAICS Code. To assist DISA in making a determination regarding the level of participation by small business in any subsequent procurement that may result from this Sources Sought, you are also encouraged to provide information regarding your plans to use joint venturing (JV) or partnering to meet each of the requirements areas contained herein. This includes responses from qualified and capable Small Businesses, Small Disadvantaged Businesses, Service Disabled-Veteran Owned Small Businesses, Women-owned Small Businesses, HUBZone Small Businesses, and 8(a) companies. You should provide information on how you would envision your company's areas of expertise and those of any proposed JV/partner would be combined to meet the specific requirements contained in this announcement. In order to make a determination for a small business set-aside, two or more qualified and capable small businesses must submit responses that demonstrate their qualifications. Responses must demonstrate the company's ability to perform in accordance with the Limitations on Subcontracting clause (FAR 52.219-14). SUBMISSION DETAILS: Responses should include: •1) Business name and address; •2) Name of company representative and their business title; •3) Type of Small Business; •4) Cage Code; •5) Contract vehicles that would be available to the Government for the procurement of the product and service, to include ENCORE II, General Service Administration (GSA), GSA MOBIS, NIH, NASA SEWP, Federal Supply Schedules (FSS), or any other Government Agency contract vehicle. (This information is for market research only and does not preclude your company from responding to this notice.) Vendors who wish to respond to this should send responses via email NLT 05 August, 2015 4:00 PM Eastern Daylight Time (EDT) to cindy.m.goshorn.civ@mail.mil. Interested businesses should submit a brief capabilities statement package (no more than five pages) demonstrating ability to perform the services listed in this Technical Description. Documentation should be in bullet format. 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. All government and contractor personal 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 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/notices/a3d4b09cb605e633db00cb9fb94eff5c)
 
Record
SN03808160-W 20150725/150723235542-a3d4b09cb605e633db00cb9fb94eff5c (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.