The RFP Database
New business relationships start here

Application Monitoring Tool


Kentucky, United States
Government : Military
RFP
Go to the link
This document has expired, therefore the above link may no longer work.

SOURCES SOUGHT TECHNICAL DESCRIPTION FOR PRODUCTS

INTRODUCTION


The Department of the Army, Human Resources Command (HRC), Personnel Information Systems Directorate (PERSINSD) and Mission and Installation Contracting Command (MICC) Fort Knox, Kentucky are issuing this sources sought synopsis as a means of conducting market research to identify potential sources having an interest and industry technologies available to support/provide a Commercially Available Off-the-Shelf (COTS) solution for the Application Monitoring (APM) need which is a critical part of systems management and ensuring network stability and maintenance which is necessary to ensure continuity of customer services, enhanced customer experiences, and effective and efficient stewardship of the information systems required to support personnel information for the Human Resources Enterprise Network serving the Army Human Resources Command, the Army Recruiting Command and the Army Cadet Command.


The result of this market research will contribute to determining the method of procurement, if a requirement materializes. Based on the responses to this sources sought notice/market research, this requirement may be set-aside for small businesses (in full or in part) or procured through full and open competition. All small business set-aside categories will be considered. Telephone inquiries will not be accepted or acknowledged, and no feedback or evaluations will be provided to companies regarding submissions.



DISCLAIMER


THIS SOURCES SOUGHT IS FOR INFORMATIONAL PURPOSES ONLY. THIS IS NOT A REQUEST FOR PROPOSAL (RFP) TO BE SUBMITTED. 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.


PROGRAM BACKGROUND


HRC requires an APM tool to understand the behavior of applications/systems/databases in order to detect problems before users are impacted, and rapidly resolve the issues detected. Loss of IT services has severe negative impact on Army customers creating mission failure events. 


REQUIRED CAPABILITIES


The intent of this Sources Sought is to assess the state-of-the art of the technology available in COTS products that could be applied to meet this requirement.
The Government envisions a solution for APM that meets the operational and program requirements as outlined in attachment 1.


Non-Developmental Item. The COTS product should be a non- developmental item to the maximum extent possible.


Qualification. The product must be qualified and demonstrate compliance to be used in the U.S. Army North Atlantic Southeast (NASE) and U.S. Army Recruiting Services Network (RSN) networks. Proof of qualification should be addressed in the response.


Maintenance, Inspection and Repair. The Government desires a system with minimal maintenance and inspection requirements at the organizational level. The system should also be easily repairable for deployed units.


SPECIAL REQUIREMENTS


Any resulting contract is anticipated to have a security classification level of FOUO Sensitive. Any resulting contract shall be compliant with the specialty metals restriction of the Berry Amendment (10 U.S.C. 2533a and 2533b) in accordance with DFARS clauses 252.225-7008 and 252.225-7009.


ELIGIBILITY


The applicable NAICS code for this requirement is 511210, Software Publishers with a Small Business Size Standard of $38.5 million. Product Service Code: 7010


SUBMISSION DETAILS


Interested businesses should provide a product data package and a detailed capabilities narrative demonstrating ability to provide the products/systems which will meet the technical requirements as outlined in attachment 1. Capabilities statement package shall be provided on 8.5/11 inch paper, font no smaller than 10 point to ensure legibility. Documentation should be in bullet format to minimize volume; package with capabilities narrative should not exceed 10 pages. No phone or email solicitations with regard to the status of the RFP will be accepted prior to its release.


Your response to this Sources Sought, including any capabilities statement, shall be electronically submitted to the Contract Specialist, Ms. Laurie Presley in either Microsoft Word or Portable Document Format (PDF), via email laurie.a.presley.civ@mail.mil with a copy to Ms. Barbara Mattingly, Contracting Officer at Barbara.j.mattingly2.civ@mail.mil no later than 12:00 p.m. ET on 9 July 2019 and reference the synopsis number in subject line of e-mail and on all enclosed documents. Information and materials submitted in response to this request WILL NOT be returned. DO NOT SUBMIT CLASSIFIED MATERIAL.


If your organization has the potential capacity to provide the required products/systems, please provide the following information: 1) Organization name, address, primary points of contact (POCs) and their email address, FAX, Web site address, telephone number, and type of ownership for the organization; 2) Business size as reported in System for Award Management at www.sam.gov and 3) Tailored capability statements addressing the requirements of this notice, with appropriate documentation supporting claims. If significant subcontracting or teaming is anticipated in order to deliver technical capability, organizations should address the administrative and management structure of such arrangements.


All data received in response to this Sources Sought that is marked or designated as corporate or proprietary will be fully protected from any release outside the Government.


Identify any condition or action that may have the effect of unnecessarily restricting competition with respect to this acquisition. Please contact the MICC Advocate for Competition, Mr. Scott Kukes, at scott.d.kukes.civ@mail.mil or 210-466-2269, if you believe that this action is unreasonably restricting competition. Include the subject of the acquisition, this announcement, and the MICC POC information from the FedBizOpps notice. Provide the specific aspects that unreasonably restrict competition and the rationale for such conclusion.


Laurie A. Presley, Contract Specialist, Phone 5026241457, Email laurie.a.presley.civ@mail.mil - Barbara J. Mattingly, Contract Specialist, Phone 5026246496, Email barbara.j.mattingly2.civ@mail.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP