The RFP Database
New business relationships start here

Information Technology Support


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

 


SOURCES SOUGHT ANNOUNCEMENT


The Defense Information Systems Agency (DISA) is seeking sources of technical services for its Special Services Line of Business.



CONTRACTING OFFICE ADDRESS:



DISA/Defense Information Technology Contracting Organization/PL8


2300 East Drive, Building 3600


Scott Air Force Base, IL 62225-5406



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, Certified 8(a), Service-Disabled Veteran-Owned Small Businesses and Woman Owned Small Businesses) to provide the required services.


The DISA Special Services Line of Business is seeking information for potential sources for information technology support. The requirement will encompass a wide-range of Information Technology (IT) support functions needed to provide application maintenance, development, and system support for the Air Force's Core Automated Maintenance System for Mobility (CAMS-FM/G081). CAMS-FM provides aircraft logistics and maintenance management support to Mobility Air Forces' fleet of cargo and tanker aircraft. Functions include applications programming, database and system administration, systems architect and design, software change management, information assurance, customer support, and project management as it pertains to CAMS-FM.



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: HC1028-16-C-0014


Contract Type: FFP


Incumbent and their size: Indigenous Technologies LLC; $27.5MIL


Method of previous acquisition: Direct 8(a). If a 8a source is identified and can perform the services, then the acquisition/requirement will remain in the program. If no 8a sources are identified, then a request to remove the acquisition/requirement will made to the program office.


The purpose of this requirement was to augment application software development and maintenance performed by DISA Air Force Engineering and Development, the Central Design Activity (CDA) for CAMS-FM/G081, which supports Air Mobility Command's aircraft maintenance program. CAMS- FM/G081 is the primary application supported by the CDA.


Place of performance will be at DISA Core Data Center Oklahoma City, located at Tinker AFB.


The anticipated duration of this effort is a 12-month base year with 4, 1-year options. The anticipated need for these services is 4th quarter of FY2020.



REQUIRED CAPABILITIES:



a) Application Software Development and Maintenance - Please describe your experience in modifying and maintaining custom, web-based applications using C# ASP.net, Fujitsu NetCOBOL, IBI WebFOCUS, and other related tools such as Microsoft Visual Studio and Team Foundation Server. Provide any experience integrating open-source and commercial-off-the-shelf applications/products.


b) Microsoft Windows Server and Solaris System Administration - Please describe your experience administering Windows Server and Solaris operating systems, applying security policies such as DoD Security Implementation Guides (STIGs), managing storage, performing backup and recovery operations, as well as patching and applying software updates. Also, please describe your experience monitoring, testing and performance tuning Windows and Solaris servers.


c) Database Design and Administration - Please describe your experience administering, designing, maintaining, securing, integrating, and documenting Microsoft SQL and Oracle databases. Include experience with tools used to perform these tasks.


d) Information Security Support - Please describe your experience with DoD Information Assurance tasks. Specifically, implementing and ensuring compliance with current security directives, maintaining system accreditation, and documentation according to Risk Management Framework guidelines.


 


e) Project and Configuration Management - Describe your experience managing system and software development activities using Atlassian JIRA software and Microsoft Team Foundation Server with agile methodologies.



SPECIAL REQUIREMENTS:



Performance of the work will require contractor staff to have a Secret security clearance; therefore, the contractor must have a Secret facility clearance level at the time of proposal. Provide this information on the first page of your response.


Some of the work will require IT-I eligibility; therefore, some of the contractor staff will require a T5 investigation.


DoD Directive 8570/8140 certification will be required of all personnel.


Some travel within the continental United States (CONUS) may be required for some positions on this requirement. This is no requirement to travel outside the continental United States (OCONUS).



SOURCES SOUGHT:



The anticipated North American Industry Classification System Code (NAICS) for this requirement is 541511, with the corresponding size standard of $27.5M. This Sources Sought Synopsis is requesting responses to the announcement ONLY from small 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, 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) Your contract vehicles that would be available to the Government for the procurement of the service, to include ENCORE III, SETI, General Service Administration (GSA): OASIS, ALLIANT, VETS, STARS II, NIH, NASA SEWP, Federal Supply Schedules (FSS) (including applicable SIN(s)), 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 no later than March 25, 2019, 4:00 PM Eastern Daylight Time (EDT) to Tara Simmons-Gulck at tara.s.simmons-gulck.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.


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 sources sought 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.


Tara S. Simmons-Gulck, Contract Specialist, Phone 3348193633, Email tara.s.simmons-gulck.civ@mail.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP