SOURCES SOUGHT ANNOUNCEMENT
Defense Information Systems Agency (DISA) Sources Sought Announcement for the United States Air Force Academy (USAFA) Cadet Administrative Management Information System (CAMIS) Modernization and Operations and Sustainment (O&S).
CONTRACTING OFFICE ADDRESS:
DISA, Procurement Directorate (PLD), Defense Information Technology Contracting Organization (DITCO)-Scott, 2300 East Drive Bldg 3600, Scott AFB, 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, 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 United States Air Force Academy (USAFA) is seeking information for potential sources for technical support contractor services to provide Operations & Support (O&S) services for the current Oracle 11G/SharePoint platform while concurrently modernizing CAMIS capabilities from Oracle 11G/SharePoint to an IBM FileNet P8 5.x platform while implementing a new data model as modernized CAMIS is rolled into production on a spiral basis.
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:
Current Contractor:
•1. Contract Number: FA7000-11-C-0022
•2. Contract Type: FFP
•3. Incumbent and their size: Concentric Methods, LLC, small business
Description of the program/effort:
The mission at the Academy is executed in a cyclical, predictable, repeatable four year cycle called the "Cadet Lifecycle" that is primarily supported by CAMIS. The cadet lifecycle is event-driven; therefore, activities must be executed at an exact point in time for each event. This predictable cycle includes the main events/activities of recruitment, admissions, in-processing, basic training, education, military training, athletics, airmanship, graduation, and post-graduation. A concurrent aspect of the Cadet Lifecycle is execution of the Academy Preparatory School (PL) activities as Cadet Candidates (aka "Preppies") spend one academic year to qualify to become cadets at the Academy.
CAMIS provides services for over 7,000 Academy personnel who are spread across four different physical and logical domains (e.g., .edu, .mil, .mil (medical), .com) and various mission/tenant organizations. CAMIS includes data from the first graduating cadet class of 1959 to the present day cadet classes.
The CAMIS system boundary includes domains of logistics, training, education, and medical/dental as currently executed with other associated systems and applications that rely directly on CAMIS for execution of specific tasks associated with the cadet lifecycle.
The following systems, sub-systems, and applications shall be operated and maintained by the contractor in support of USAFA as part of the CAMIS system boundary:
•· Active Cadet Database
•· Preparatory School Database
•· Admissions Database (planned termination Summer 2012)
•· Historical Database
•· CAMIS Applications, Forms and Reports
•· Cadet Logistics and Support System (CLASS) - Java based
•· Military Performance Average System (MPAS) - SharePoint application
•· Sports Injury/Illness Surveillance System (SISS) - .NET application
•· Mission Element (ME) Structured Query Language (SQL)/ Microsoft (MS) Access database support for miscellaneous databases listed in Appendix G
•· Helpdesk Microsoft SharePoint site
•· Virtual Enterprise Architecture (EA) Environment
•o Rational License Key Administrator
•o Rational Requirements Composer (RRC) website and database
•o Rational Software Architect (RSA) models in a configuration controlled repository
•o Rational Team Concert (RTC) website and database
•· Non-CAMIS Access Databases historically supported by the PMO
Anticipated Time Frame:
O&S Services would begin immediately upon contract award. Target Spiral 1 Modernization rollout would be summer of 2014 to migrate capabilities from Q2 (MS Access Databases), MPAS (SharePoint/.Net), SISS (.Net) and CLASS (JAVA) to the new platform. Spirals 2+ would migrate capabilities from the core CAMIS platform Oracle 11G to the new platform. Subsequent spirals would be released every summer or as deemed appropriate using AGILE methods.
List Place of Performance.
The contractor is expected to work on USAFA. Specifically, the CAMIS PMO is located in Building 5130 (5130 Cathedral Drive, USAFA CO 80840).
REQUIRED CAPABILITIES:
Modernization:
The following goals and expected outcomes cover CAMIS Modernization activities USAFA is trying to achieve:
Operations & Sustainment (O&S)
The following goals and expected outcomes cover CAMIS O&S activities USAFA is trying to achieve:
SPECIAL REQUIREMENTS
Corporate Partnerships:
The contractor shall be a certified business partner with the software vendors for software used in both current and new CAMIS platforms.
Corporate Certifications: The contractor shall either have or progress towards achieving and maintaining the Software Engineering Capability Maturity Model Integration (CMMI) Level 2, DEV 1.2, SCAMPI Class A version 1.2 or higher certification.
Personnel Certifications: Contractor personnel shall be certified and remain certified in the following areas as applicable to the roles being executed by the identified contractor personnel.
CSA Information Assurance (IA) Certification: The contractor shall be certified and maintain current IA Technical (IAT) level 1 certification IAW DoDD 8570.01, section 5.9.6 and DoD 8570.01-M, section 3.2.4.5 and C3.3 and DoDI 8500-02 section E3.3.6 and E3.T1.
FSA IA Certification: The contractor shall be certified and maintain current IAT level 2 certification IAW DoDD 8570.01, section 5.9.6 and DoD 8570.01-M, section 3.2.4.5 and C3.4 and DoDI 8500-02 section E3.3.6 and E3.T1.
IAO IA Certification: The contractor shall be trained, certified and maintain current IAT level II/IAM I Level certification IAW DoDD 8570.01, section 5.9.6 and DoD 8570.01-M, section 3.2.4.5 and C3.3 and DoDI 8500-02 section E3.3.6 and E3.T1.
Middle-Tier Certifications: In addition to the FSA certification requirement above, the contractor shall ensure at least one person on the team is certified as an IBM Certified Professional or higher in the following specialties: IBM Certified Specialist - FileNet Business Process Manager V5.1; IBM Certified Specialist - FileNet Content Manager V5.1; IBM Certified Specialist - Case Manager V5.0. Additionally, the person(s) who fulfills this requirement shall have at least 5 years' experience working on the IBM Middle-tier and at least one year of that experience must be with the certification.
Database Management Certifications: In addition to the FSA certification requirement above, the contractor shall ensure at least one person on the team is certified as an Oracle Database 11g Administrator Certified Professional or higher. Additionally, the person(s) who fulfills this requirement shall have at least 5 years' experience working on Oracle databases and at least one year of that experience must be with the certification.
Operating System Certifications: The contractor shall ensure at least one person on the team is certified as a VMware Certified Professional on vSphere 5. Additionally, the person(s) who fulfills this requirement shall have at least 3 years' experience supporting virtualized environments and at least one year of that experience must be with the certification. The contractor shall ensure at least one person on the team is certified as a Red Hat Certified Engineer (RHCE). Additionally, the person(s) who fulfills this requirement shall have at least 5 years' experience supporting virtualized environments and at least one year of that experience must be with the certification.
SOURCES SOUGHT:
The anticipated North American Industry Classification System Code (NAICS) for this requirement is 541712 and 541511, with the corresponding size standard of $25,500,000.00. This Sources Sought Synopsis is requesting responses to the following criteria 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 request, 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 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, NASA SEWP, Federal Supply Schedules (FSS), or any other Government Agency contract vehicle.
Vendors who wish to respond to this should send responses via email NLT 14 June 2012 at 4:00 PM Eastern Daylight Time (EDT) to [email protected]. Interested businesses should submit a brief capabilities statement package (no more than twenty 8.5 X 11 inch pages, font no smaller than 10 point) 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 personnel 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.