SOURCES SOUGHT
D -- RFI Marine Corps Warfigting Lab and Marine Corps Campaign Of Learning Information Systems
- Notice Date
- 11/22/2017
- Notice Type
- Sources Sought
- NAICS
- #541511
— Custom Computer Programming Services
- Contracting Office
- Department of the Navy, United States Marine Corps, MCB Quantico - National Capital Region (NCR), 2010 Henderson Road, Quantico, Virginia, 22134-5045, United States
- ZIP Code
- 22134-5045
- Solicitation Number
- M00264-18-RFI-0300-
- Archive Date
- 12/26/2017
- Point of Contact
- Joy Hughes, , Michael P. Bogatyr,
- E-Mail Address
-
joy.hughes@usmc.mil, michael.bogatyr@usmc.mil
(joy.hughes@usmc.mil, michael.bogatyr@usmc.mil)
- Small Business Set-Aside
- N/A
- Description
- REQUEST FOR INFORMATION (M00264-18-RFI-0300) Marine Corps Warfighting Laboratory Marine Corps Campaign of Learning Information System THIS IS A REQUEST FOR INFORMATION (RFI) ONLY. This RFI is issued solely for information and planning purposes - it does not constitute a Request for Proposal (RFP) or a promise to issue an RFP in the future. This request for information does not commit the Government to contract for any supply or service whatsoever. Further, MCWL is not at this time seeking proposals and will not accept unsolicited proposals. Responders are advised that the U.S. Government will not pay for any information or administrative costs incurred in response to this RFI - all costs associated with responding to this RFI will be solely at the interested party's expense. Not responding to this RFI does not preclude participation in any future RFP, if any is issued. Please take note of the format as delineated in Section 3.1.2 (Business Type) and Section 3.2. Capability. 1.0 Description & Purpose 1.1 The Marine Corps Warfighting Laboratory (MCWL) in support of the Marine Corps Center for Lessons Learned (MCCLL) is seeking information on how an interested contractor could provide AGILE software development lifecycle support for the Marine Corps Campaign of Learning Information System (MCCOLIS). 1.2 The purpose of this Request for Information to have interested parties submit capability statement about their Agile Software Development Capability - and how can it support the following core elements: • Focusing on small, frequent capability releases. • Valuing working software over comprehensive documentation • Responding rapidly to changes in operation, technology, and budgets • Actively involving users throughout development to ensure high operational value 2.0 Background The Marine Corps Campaign of Learning Information System (MCCOLIS) is the collaborative, knowledge management based information system that supports the Marnie Corps Campaign of Learning and Marine Corps Force Development Strategic planning processes. The major subcomponents of MCCOLIS include 1) a robust search/indexing capability for finding knowledge/information, 2) a wiki based Warfighting Challenge Repository (WCR) for collaboratively developing Marine Corps Warfighting Challenges, 3) an Adobe Cold Fusion 2016 web server for hosting and displaying MCCOLIS content, 4) a TBD web content management system for tailoring information to the demographics, characteristics of subscribers, and 5) a Classified and Unclassified/FOUO document repository containing after action reports, trends, best practices, and other related documents These system components reside on virtualized Microsoft Windows 2012 Servers and Microsoft SQL Server 2014 database in three data center enclaves- unclassified staging, unclassified production, and classified (SECRET) production environments. The MCCOLIS servers physically reside at the Marine Corps Enterprise Information Technology Data Center in Kansas City and are administered remotely from MCB Quantico Va. The hardware support for the MCCOLIS servers at the MCEITS data center in Kansas City is not within the scope of this requirement. MCCOLIS, an accredited Marine Corps Enterprise Network (MCEN) information system is designed, developed and configuration managed as a centrally developed commercial off the shelf (COTS)-based, Government off the Shelf (GOTS) product. The COTS products include, but are not limited to, IDOL Search/Indexing application, Adobe Cold Fusion Web Server, TBD- Web Content Management system, MEDIAWIKI, PHP, LSOFT LISTSERV, and CK Editor. 2.1 Planned Acquisition: The responses to this RFI will assist in determining the PWS tasks for the MCCOLIS solicitation for technical services. 2.2 Performance: 2.2.1 Period (POP): (Estimated) Base Period: 15 June 2018 - 14 June 2019 OY-1: 15 June 2019 - 14 June 2020 OY-2: 15 June 2020 - 14 June 2021 OY-3: 15 June 2021 - 14 June 2022 OY-4: 15 June 2022 - 14 June 2023 2.2.2 Location: Government Site is at MCB Quantico VA, and/or Contractor Site located within 25 mile radius of Government Site. 2.3 Security Requirements: The following security requirements are anticipated to apply to this acquisition: Facilities and Personnel are required at the SECRET level. 2.4 Organizational Conflict of Interest: This acquisition is for an existing government software application that will result in further development. 3.0 Requested Information Responses must contain UNCLASSIFIED information only and be marked "UNCLASSIFIED" at least on the first page of the response. No classified information may be included anywhere in the response. The following notice should be placed on the title page: "Some parts of this document, as identified on individual pages, are considered by the submitter to be privileged or confidential trade secrets or commercial or financial information not subject to mandatory disclosure under the Freedom of Information Act. Material considered privileged or confidential on such grounds is contained on page(s) _______." 3.1 ADMINISTRATIVE Information to include the following as a minimum: 3.1.1. Name, mailing address, overnight delivery address (if different from mailing address), phone number, fax number, company website, and e-mail of designated point(s) of contact. 3.1.2. Business Type: based upon North American Industry Classification System (NAICS) code 541511 (Custom Computer Programming Services) applicable to this acquisition, the responder is to provide answers to the following questions: To be considered for a Small Business set-aside, at least 50 % of the cost of contract performance incurred for personnel shall be expended for employees of the responder.( FAR 52.219-14, Limitation of Subcontracting) RESPONSE Are you a Small Business? (FAR 19.102), If so, which type: □ YES □ NO Small Disadvantaged small business? (FAR 19.304) □ YES □ NO Service Disabled small business? (FAR 19.14) □ YES □ NO 8(a) Small Disadvantaged small business? (FAR 19.8) □ YES □ NO HUBZone small business? (FAR 19.13) □ YES □ NO Woman-Owned Small Business? (FAR 19.15) □ YES □ NO Involved in a mentor and/or protégé program? (DFARS 219.71) □ YES □ NO 3.2 Capability - Interested parties are requested to submit capabilities statement in the format as outlined below. The capability statement should be concise (no more than 8 pages) and address only the information requested below (title pages, cover letter, etc will not count against the 8 page limit). Again, this information will support market research activities within MCWL. A. Company Information (General) B. Business Size: As part of your response, please indicate your business size with respect to NAICS Code 541511 (Custom Computer Programming Services.) This code has not been approved, but is a good marker for the work being considered. C. Capabilities: Generally describe your company's abilities and interest in fulfilling the MCCOLIS Agile Software Development Lifecycle support requirement. Specifically address the information. a. Describe your functional and technical experience relating to AGILIE software development methodology (e.g. SCRUM, EXTREME Programming, Kanban, and Test Driven Development). b. If not using an AGILE software development methodology to support this requirement, explain what methodology your company has the capability to employ to support this requirement. c. Describe your specific capability with System Software Engineering practices to include Configuration Management (Release Management, Change Management, and Bug Tracking), Testing, and Requirements Management. What software tools will your company employ to support this requirement, what type of labor categories will be need to fully support the Software Development Life Cycle methodology employed. 3.4. RECOMMENDATIONS - The responder is invited to provide information and recommendations for fashioning this proposed acquisition. Recommendation areas may include the type of contract, anticipated contract terms & conditions, incentives, variations in delivery schedule, price and/or cost proposal support, and data requirements, contract pricing, and any other areas that the responder believes is relevant for the Government to achieve its stated objectives. The responder may opine regarding what portion of the work could be set-aside for small businesses if all the required work cannot be provided by a small business. Details to support any recommendations for partial small business set-asides should be included. 4.0 Responses 4.1 Interested parties are directed to respond to this RFI with a capability statement in accordance with section 3.2. Capability. 4.2 The response shall be in Microsoft Word for Office or compatible format and shall not exceed 8 pages. A page is defined as each face of an 8½" x 11" sheet with information contained within a one inch margin on all sides. Font type shall be Times Roman 12 point. 4.3 Responses containing the capability statement are due no later than 11:00 am ET on December 11,2017. Responses shall be limited to and submitted via e-mail only as a message attachment to Joy.Hughes@usmc.mil and michael.bogatyr@usmc.mil with the message subject line "RFI Response To M00264-18-RFI-0300 - [INSERT Business name]". 4.3 Proprietary information, if any, should be minimized and MUST BE CLEARLY MARKED. To aid the Government, please segregate proprietary information. Please be advised that all submissions become Government property and will not be returned. 5.0 Meetings and Discussions - The Government representatives may or may not choose to meet with potential RFI service provider. Such meetings and discussions would only be intended to get further clarification of potential capability, especially any development and certification risks. 6.0 Questions - Questions regarding this RFI should be submitted in writing by e-mail to Joy.Hughes@usmc.mil and michael.bogatyr@usmc.mil. 7.0 Summary This RFI is only intended for the Government to identify sources that can provide the needed services to fulfill the Government's statement of objectives. The information provided in this RFI is subject to change and is not binding to the Government. The Government has not made a commitment to procure any of the RFI requirements discussed, and release of this RFI should not be construed as such a commitment or as authorization to incur cost for which reimbursement would be required or sought. All submissions become Government property and will not be returned.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/USMC/M00264/ M00264-18-RFI-0300-/listing.html)
- Place of Performance
- Address: Quantico, Virginia, 22134, United States
- Zip Code: 22134
- Zip Code: 22134
- Record
- SN04748148-W 20171124/171122231402-f664ba4dbf8bda4f4b315c6a9fb29623 (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 |