SOURCES SOUGHT: Request for Information for Help Desk Services

REQUEST FOR INFORMATION (RFI)

RFI no. FA8770-23-R-9999

Information Resource Support Systems (IRSS)

United States Air Force, Assistant Secretary of the Air Force (USAF SAF)

Financial Management & Comptroller, Financial Systems Operations (FMF AFFSO)

11 January 2023

THIS NOTICE IS A REQUEST FOR INFORMATION ONLY. This is not a request for proposals and unsolicited proposals will not be accepted in response to this request.

    1. This notice is for information and planning purposes only. In accordance with Part 10 of the Federal Acquisition Regulation, the Government is conducting market research to determine the availability and adequacy of potential business sources. This Request for Information (RFI) does not constitute a solicitation for bids or proposals, and it is not to be construed as a commitment by the Government. The information herein is subject to change, and in no way binds the Government to solicit for or award a competitive contract. Non-proprietary responses are preferred; however, responders submitting proprietary information should mark any controlled information in a conspicuous fashion. The Government is not obligated to, and will not, reimburse the contractor for any costs associated with preparing or submitting a response to this notice. Submittals will not be returned to the sender. Please provide information at the unclassified level only. FAR 52.215-3, Request for information solicitation for planning purposes applies to this Request for Information.

 

  1. Description
    1. GBBH intends to solicit a Firm-Fixed-Price (FFP) contract for non-personal support services. The support includes providing Help Desk support for Information Resource Support System (IRSS) to include but not limited to on-site services (performed at the Pentagon) including AF/A5DR Coordination, Application Administration, and Help Desk Support, Tier 1&2. An example of Tier 1 support are those tasks that are simplistic in resolution, such as password reset, application account creation, and application permissions. An example of Tier 2 support are those tasks that are more complex, such as application navigation and connectivity and end user training. Additionally, this effort provides remote end-user support, information assurance (IA), software maintenance services, and Planned Program Releases (Sustainment) support. The contractor shall provide Level (Tier) 1 and 2 Help Desk support, and identification, elevation, and tracking for Level (Tier) 3 Help Desk and sustainment support as required. Help Desk Support personnel shall be required to request access and maintain accounts for the Defense Information Systems Agency (DISA) instantiation of Problem Tracking Tool Trouble Tickets.
  1. Notional Acquisition and Award Structure
    1.  The solicitation is expected to be posted during the first quarter of the 2023 calendar year.
    2. Award is anticipated by the end of the 2023 calendar year.
    3. A draft version of the Performance Work Statement (PWS) and Contract Data Requirements List (CDRLs) is included with this request.
    4. The contract length, inclusive of all options, is expected to have a duration of 5 years.
  2. Requested Information
    1. Vendors are requested to review the PWS and CDRLs, Attachments 1 and 2, and provide responses including the below information:
      1. POC information and location
      2. CAGE/System for Award Management Unique Entity ID (SAM UEI)
      3. Business size assertion under NAICS 541511 ($30M)
      4. Socioeconomic status (8a, HUBZone, WOSB, SDVOSB, etc.)
      5. Vendor’s Technical Capability
        1. Provide a statement of technical capability relevant to the PWS. Address briefly how your team will perform this work.
        2. Commercial opportunities offered to the general public by your company that the Government should take into consideration regarding the requested support services
      6. Vendor’s Experience
        1. Provide a summary of experience relevant to the PWS including contract number for any Government or Department of Defense (DoD) work
        2. Date range of project/work
      7. Estimated Overall Cost
    2. The Technical Capability and Experience sections when combined should not exceed 10 pages, 8×11 single-spaced.
    3. Please provide responses by 1600 EST, 11 February 2023. Please direct responses to Elyse Spraul, Contracting Specialist at elyse.spraul@us.af.mil.

Attachments:

  1.   IRSS PWS
  2.   DD Form 1423 – CDRLS for IRSS
  • Original Set Aside: 
  • Product Service Code:  DJ01 – IT AND TELECOM – SECURITY AND COMPLIANCE SUPPORT SERVICES (LABOR)
  • NAICS Code: 541511 – Custom Computer Programming Services
  • Place of Performance: USA

 

Full details via beta.sa.gov

SOURCES SOUGHT: Procurement of IT Computer Servers

SOURCES SOUGHT NOTICE TEMPLATE

******************************************************************************

THIS IS A SOURCES SOUGHT NOTICE FOR INFORMATION ONLY: THIS IS NOT A REQUEST FOR QUOTES/PROPOSALS OR AN INVITATION FOR BIDS.

THERE IS NO SOLICITATION AT THIS TIME. This request for capability information does not constitute a request for quotations or proposals.  Submission of any information in response to this market survey is purely voluntary and will be used only for market research purposes to determine availability of sources, commerciality, and competitive strategy.  The government assumes no financial responsibility for any costs associated with any response to this notice as incurred by prospective contractors.

******************************************************************************

 

Project Title:  Procurement of IT Computer Servers

Tracking Number:  THC 23 ITServers

The Indian Health Service (IHS), Tohatchi Health Center, located at 07 Chooshgai Drive,  in Tohatchi, New Mexico 87328 is seeking capable sources to deliver high performance IT computer servers for data storage, network data management, devices and systems.

The anticipated delivery date is 120 days after award date.

The applicable North American Industry Classification System (NAICS) code assigned to this procurement is 334111 – Electronic Computer Manufacturing, with a small business size standard of 1,000 employees.  

The government will evaluate market information to ascertain potential market capacity to provide supplies with those described in this notice.

In accordance with the Buy Indian Act, 25 U.S.C. 47, the Indian Health Service shall give preference at all times, as far as practicable, to Indian economic enterprises.  If your firm is capable of providing the supplies and/or services described in this notice, complete the attached representation form and submit it along with the rest of the requested documents identified in this notice.

THE RESPONSES TO THIS SOURCES SOUGHT NOTICE/MARKET RESEARCH WILL BE USED TO DETERMINE THE ACQUISITION STRATEGY SUCH AS INDIAN-OWNED ENTERPRISE SET ASIDES, TOTAL SMALL BUSINESS SET ASIDE, ANY OTHER SOCIO-ECONOMIC SET ASIDE, OR UNRESTRICTED.

NOTE: If this requirement is set-aside, FAR 52.219-14 (DEVIATION 2019-01) Limitations on Subcontracting will apply; similarly-situated entity description applies. This clause requires that the concern perform at least 50 percent (50%) of the cost of the contract, not including the cost of materials, with its own employees.

SUBMISSION INSTRUCTIONS:

All interested sources must submit a capabilities package to the primary point of contact listed below, no later than (NLT) January 04, 2023, 1000 Hours MDT.

AT A MINIMUM, THE FOLLOWING INFORMATION MUST BE SUBMITTED TO THE POC LISTED IN THIS NOTICE:

  1. Confirm the Buy-Indian set-aside status you qualify for under following NAICS Code: 334111 – Electronic Computer Manufacturing
    1. If the proposed NAICS is not the customary or applicable NAICS relative to the needs description, include your firm’s proposed NAICS and rationale for the different NAICS.
  2. Fill out the attached IHS Buy Indian Act Indian Economic Enterprise Representation Form.
  3. If Non-Indian, indicate firm’s size – small or other-than-small; and other socio-economic program participation such as small-disadvantaged, 8(a)-certified, HUBZone, SDVOSB, and/or WOSB/EDWOSB
  4. A positive statement of your intention to submit a quote to an upcoming solicitation as a prime contractor.
  5. Provide firm’s UEI Number.
  6. Evidence of recent (within the last five years) experience with work similar in type and scope to include:
    1. Contract Numbers
    2. Project Titles
    3. Dollar Amounts
    4. Percent and complete description of work self-performed.
    5. Customer points of contact with current telephone number and email address.

All of the above information must be submitted in sufficient detail for a decision to be made on availability of interested qualified Buy-Indian parties. If adequate interest is not received from Buy-Indian concerns, the solicitation may be issued as another type of set aside or unrestricted without further notice.

Point of Contact:

Geralene Clark, Purchasing Agent

Tohatchi Health Center, Tohatchi, New Mexico

Email: Geralene.clark@ihs.gov

Place of Performance:

Tohatchi Health Center

IT Department Services

07 Chooshgai Drive

Tohatchi, New Mexico  87325

THIS IS NOT A SOLICITATION.

  • Original Set Aside: Buy Indian Set-Aside (specific to Department of Health and Human Services, Indian Health Services)
  • Product Service Code: 7H20 – IT AND TELECOM – PLATFORM PRODUCTS: DATABASE, MAINFRAME, MIDDLEWARE (HW, PERPETUAL LICENSE SOFTWARE)
  • NAICS Code: 334111 – Electronic Computer Manufacturing
  • Place of Performance: Tohatchi , NM 87325 USA

Full details via beta.sam.gov

SOURCES SOUGHT: FSS Base Support Internet

The 325th Contracting Squadron at Tyndall AFB, FL, is issuing this RFI for the purpose of providing fiber optics and minimum 500 Mbps Synchronous internet service. Project is designed to support the Tyndall 325 Force Support Squadron locations’ staff and customers by allowing internet access.

325 Contracting Squadron is issuing a draft Performance Work Statement to receive comments from the market. Work will be performed at Tyndall Air Force Base, Florida. The North American Industrial Classification System Code (NAICS) is 517311 with the size standard of 1,500 employees.

Submission Instructions:  Interested parties who consider themselves qualified to perform the above-listed services are invited to submit a response to this RFI.  Please provide the following information:

  1. A list of comments in regards to the attached draft PWS
  2. Optional: Capabilities statement
  • Original Set Aside:
  • Product Service Code: DG11 – IT AND TELECOM – NETWORK: TELECOM ACCESS SERVICES
  • NAICS Code: 517311 – Wired Telecommunications Carriers
  • Place of Performance: Tyndall AFB , FL 32403 USA

Full details via beta.sam.gov

SOURCES SOUGHT: USDA/Office of Customer Experience (OCX): CX Design Support Services

** The RFI closing date has been extended through October 24, 2022, at 12:00 Noon EST. A new RFI document has been added that also includes the updated October 24, 20022 at 12 Noon EST closing date**

-United States Department of Agriculture (USDA), The Office of Customer Experience (OCX): Design Support Services

-The purpose of this Statement of Work (SOW) is to create and make available CX Design Support Service Team(s) that will work across USDA as needed.  The primary   focus of this team will be to work with USDA stakeholders to put the customers at the center and make sure the customer’s needs are being implemented and infused when planning and implementing solutions (i.e. planning, operational, policy, technology).

-Attached is the Request for Information (RFI)

  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: DA01 – IT AND TELECOM – BUSINESS APPLICATION/APPLICATION DEVELOPMENT SUPPORT SERVICES (LABOR)
  • NAICS Code: 541512 – Computer Systems Design Services
  • Place of Performance: 

Full details via beta.sam.gov

SOURCES SOUGHT: D–RFI – Modernized Financial Management System ONRR

Amendment 1 – Additional Technical Information:

1. The break out of the 1000 MRMSS Community user count is as follows:
The rough estimate for the internal number of users in MRMSS is 1,000 since the application contains many ancillary functions and capabilities that have been developed through the years. However, the PeopleSoft financial and industry reporting component of MRMSS has 270 internal ONRR users, 70 of which have read only access.

a. There are approximately 200 users for Read/Write transactions (direct access to view, enter, or update Receivables, Payables, GL, or Collections data etc.).

b. There are approximately 70 users for Reporting only users (ability to run reports/analytics directly within the application).

2. Please note the types of information the 3,000 external industry users will need to access within the application is stated under the general requirements and the reporting aspect under section 10.2. Following (a thru c) are the requirements from the General section:

a. Ability to accept payments from external stakeholders on obligations recorded in the system.

b. Ability to export/import data in various formats to support accounting financial transactions, and information sharing with external Stakeholders.

c. Ability for fund recipients to have access to disbursement/distribution data. Ability for stakeholders to access account activity, history and initiate communication or make payment.

3. The SOO refers to the US Department of the Treasury for ONRR’s system requirements. Please refer to Sections 9.1.4, 9.1.7, and other areas of the SOO document for information.

4. The SOO at section 3.d. Current Environment, Page 6, lists several existing systems with which the new Cloud Financial Management System must interface. Assume ONRR will be able to use an Application Programming Interface or a web service for the exchange of information with other systems in the Department of the Interior.

Modernized Financial Management System for the Office of Natural Resources Revenue (ONRR)

Action:
1) Review and comment on Draft Statement of Objectives;
2) Complete Vendor ONRR Financial Management RFI Survey Response and
3) Provide in vendor format a response with additional information and feedback specific to this IT modernization requirement.

General Information:
This Request for Information (RFI) is issued solely for information and planning purposes – it does not constitute an invitation for bid, request for quotation, request for proposal, or an obligation on behalf of the Government or a promise to issue a solicitation in the future. The Government is not seeking proposals and will not accept unsolicited proposals at this time. Vendors responding to this notice 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 notice will be solely at the interested party’s expense. Not responding to this notice does not preclude participation in any future solicitation, if issued. Interested parties are responsible for CLEARLY MARKING proprietary or competition sensitive information contained in their response. No classified, confidential, or sensitive information should be included in your response. Please be advised that all submissions become Government property and will not be returned. Marketing brochures and/or generic company literature will not be considered and shall not be sent in response to this notice.

Purpose of RFI:
The purpose of this RFI is to utilize industry feedback to assist the Government, here to referred to as “ONRR” in the improvement of its Statement of Objectives (SOO) document (Attachment 1) and development of the acquisition strategy for a potential solicitation for the ONRR Financial Management and Reporting System.

This RFI will be used to:
1) Obtain industry experience, best practices, recommendations, and lessons learned from performance in a single vendor environment for scope similar to ONNR’s requirement.
2) Better understand potential solutions available to meet ONRR’s needs
3) Finalize the Government’s requirements documents.
4) After reviewing the results of the RFI, the Government may meet with a limited number of potential industry partners to gather additional market information.

Scope of Financial Management Solution:
Provide a total commercial platform solution to include development and operations and maintenance (O&M) support services in a cloud-based hosted environment that includes Platform as a service (PaaS) and/or Software as a service (SaaS) which shall be FedRAMP authorized on the cloud FedRAMP Marketplace.
ONRR’s strategy for acquiring cloud migration services aligns to OMB¿s 2018 Federal Cloud Computing strategy, Cloud Smart. This policy from OMB supplants 2010’s Cloud First strategy and the Data Center Optimization Initiative (DCOI), covered in OMB Memo 16-19. It emphasizes the need for federal agencies to:

a) ensure that cloud computing technology is a good fit that will provide better mission-focused outcomes and

b) intelligently account for the procurement, security, and workforce implications of cloud migration by leveraging industry best practices and cross-government knowledge.

This work shall include software development, integration, test, maintenance, audit support, system analysis, business analysis, impact analysis, documentation, reports, training, and progress monitoring using reporting procedures and measures of performance in accordance with best practices of the IT industry. The goal is to implement applications utilizing agile processes that achieve results through continuous capability enhancements, minimal downtime, prompt response, demonstrated reliability, and optimized performance with resource utilization minimized.

Submission Requirements:
If you are interested in participating in this market research activity, you are requested to review the draft SOO attached to this announcement and provide comments within the document. You may also include additional comments utilizing an editable MS Word Document. The Government is very interested in industries¿ feedback and encourages industry to provide specifics and details of additional information that may be required to improve the SOO and allow industry to adequately propose to a potential future requirement.

The Government anticipates a hybrid price arrangement.
a) Development: Firm Fixed Price (Deliverable based)
b) Operations and Maintenance: Labor Hour
c) Platform as a service (PaaS): Firm Fixed Price
d) Software as a service (SaaS): Firm Fixed Price
e) Travel & Time and Material (T&M) / Not to Exceed (NTE)

Anticipated Award Date: September 16, 2023

Period of Performance: One 12-month base period and 6, 12-month option periods.

Submission Instructions:
To provide an acceptable response to this RFI, respondents are requested to submit the following documents:
a) SOO with comments/issues/concerns indicated by `comment’ utilizing MS Word ‘insert/comment’ commands in the SOO document.
b) Vendor Financial Management RFI Survey Response limited to 25 pages
c) Vendor response with additional information and feedback to include specifics and details of information that may be required to improve the SOO to include documentation, MRMSS System introduction, industry experience, best practices, recommendations, time frames required to respond, period of performance, and lessons learned from performance in a single vendor environment for scope similar to ONNR’s requirement. Recommended COTS/Cloud solutions and/or products that would meet ONRR requirements with other known federal implementations of such/similar solutions (if any). Vendors must identify any proprietary information submitted in response to this Request for Information. The proprietary information must be clearly marked as proprietary. The government will not treat any other information as proprietary. This response is limited to 15 pages.

The Government reserves the right to contact, or not contact, any party responding to this notice in order to obtain further information for market research purposes. The government will not notify respondents of the results of the information received and will not return submittals to the sender.

All interested sources must respond to any potential future solicitation announcements separately from responses to this RFI.

Interested sources that believe they have the ability to provide the solution and perform the services listed herein should submit the information requested electronically via email to shanda_georg@ibc.doi.gov and alexandra_tsybulevsky@ibc.doi.gov. Please reference RFI DOIDFBO220075 ONRR Financial Management in the email subject line. No telephone, mail, or fax responses will be accepted. Inquiries for additional information and/or a request for a meeting to discuss this RFI will not be accepted. Responses must be received by Noon Eastern Time on 10/03/2022. No extension in the response date will be granted. Please be advised that it is the responders’ responsibility to ensure the Government receives your RFI submission on or before the specified due date.

Editable MS Word documents are provided (Draft SOO and RFI Survey) for your response back to the Government.

Attachments:
1. RFI – All Documents (PDF)
2. Draft SOO (MS Word)
3. Vendor ONRR Financial Management RFI Survey Response (MS Word)

  • Original Set Aside: 
  • Product Service Code: DA01 –
  • – BUSINESS APPLICATION/APPLICATION DEVELOPMENT SUPPORT SERVICES (LABOR)
  • NAICS Code: 541519 – Other Computer Related Services
  • Place of Performance: VA Mid-Atlantic Health Care Network 508 Fulton St

Full details via beta.sam.gov

SOURCES SOUGHT: Radio Engineer and Site Maintenance Services

The United States Secret Service (USSS) is issuing this Request for Information (RFI) Pursuant to Federal Acquisition Regulation (FAR) Part 15.201 for the purpose of determining the capability of sources in the marketplace for a contemplated effort for Radio Engineer and Site Maintenance Services. This RFI is for procurement planning purposes Only for eventual award and shall not be construed as a request for proposals/quotes, solicitation, or commitment on the part of the Government to issue any future solicitation or award. The Government will not reimburse any costs associated with the development and submission of materials in response to this request.

The contemplated effort would be firm fixed price with one (1) base period lasting twelve (12) months. The North American Industry Classification System (NAICS) code for this requirement is 811213

Responses must show demonstrated, recent, relevant experience in the areas of Radio Engineer and Site Maintenance Services as described within Attachment 1: Draft Statement of Work (Sow) – Radio Engineer Site Maintenance.

  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: DJ01 – IT AND TELECOM – SECURITY AND COMPLIANCE SUPPORT SERVICES (LABOR)
  • NAICS Code: 811213 – Communication Equipment Repair and Maintenance
  • Place of Performance: Washington , DC 20223 USA

Full details via beta.sam.gov

SOURCES SOUGHT: XR Technologies / Mixed Reality Simulation RFI

The Federal Aviation Administration (FAA) Civil Aerospace Medical Institute (CAMI) seeks information regarding the state of the art of Extended Reality (XR) technologies, and industry advancements in the XR space, with particular interest in application of XR technologies to training and remote technical support applications.

The Industry Day is being held virtually. To participate, interested Vendors must respond with a statement of interest and capability. The Contracting Officer will provide each respondent with the date and available timeslots.  Each Vendor will be required to give a 45 minute presentation covering the areas of interest identified in the attached Statement of Objectives (SOO). It is not required to use the entire 45 minutes. It is however imperative to stay within the 45 minute allotted Timeslot. You must receive a Zoom Invitation from the Contracting Officer to attend the industry date.

This is not a Solicitation or Request for Bid. Participation is entirely voluntary. The information collected will be used to help formulate future requirements and identify capable vendors.

Please respond by the closing date of the Announcement. Send an email to Nia Glover at nia.glover@faa.gov, include the title of this Announcement in the subject line.  No Phone calls please.

  • Original Set Aside:
  • Product Service Code: 7B22 – IT AND TELECOM – COMPUTE: SERVERS (HARDWARE AND PERPETUAL LICENSE SOFTWARE)
  • NAICS Code: 33411 – Computer and Peripheral Equipment Manufacturing
  • Place of Performance: Oklahoma City , OK 73169 USA

Full details via beta.sam.gov

SOURCES SOUGHT: WiFi Expansion & IAFAA Wireless

THIS IS A SOURCES SOUGHT ANNOUNCEMENT ONLY FOR MARKET RESEARCH PURPOSES. This is NOT a solicitation, but market research to determine potential sources to support this requirement in accordance with the attached specifications/salient characteristics.

This notice does not constitute a promise to issue a solicitation in the future. Further, we are not at this time seeking proposals; therefore, DO NOT request a copy of a solicitation or submit a proposal as a result of this notice. Responders are advised the Government will not pay for any information or administrative costs incurred in response to this sources sought and that all
submissions become Government property and will not be returned. All costs associated with responding to this sources sought will be solely at the responding party’s expense. Not responding to this sources sought does not preclude participation in any future solicitation, should one be issued. Responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. No basis for claim against the Government shall arise from a response to the notice. It is the responsibility of
the interested parties to monitor the SAM.gov website for additional information pertaining to this sources sought.

RESPONSE INFORMATION:
Responses to this Sources Sought Notice must be received no later than 3 PM CST, on 31 August 2022. Responses should be emailed to edward.lerma@us.af.mil. It is the responsibility of the respondent to ensure their email has been received by contacting Edward Lerma via email PRIOR to the deadline. Responses and/or inquiries WILL NOT be accepted past the deadline. Interested parties should respond by sending back the completed RFI Document in this posting.

  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: 7G21 – IT AND TELECOM – NETWORK: DIGITAL NETWORK PRODUCTS (HARDWARE AND PERPETUAL LICENSE SOFTWARE)
  • NAICS Code: 334210 – Telephone Apparatus Manufacturing
  • Place of Performance: JBSA Lackland , TX 78236 USA

Full details via beta.sam.gov

SOURCES SOUGHT: TRANSLATION SOFTWARE UPGRADE TRADOS STUDIO 2022

Product Specifications: This software is a complete centralized translation environment for editing, reviewing and managing translation projects and terminology — either offline in a desktop tool or online in the cloud. 1. Must be able to create a Term Base database. 2. Must be able to create a Memory Base database. 3. Use artificial intelligence and adaptable neural machine translation platform 4. Have project Management include for translation projects. 5. Must be able to use server type license…SDL TRADOS Studio 2022 Professional Licenses upgrade.

  • Original Set Aside:Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: 7A21 – IT AND TELECOM – BUSINESS APPLICATION SOFTWARE (PERPETUAL LICENSE SOFTWARE)
  • NAICS Code: 511210 – Software Publishers
  • Place of Performance: Fort Benning , GA 31905 USA

Full details via beta.sam.gov

Sources Sought: Enterprise Logging Xtreme – Software

NOTE: 8 JULY 2022 Questions and Answers Posted.

The Integrated Defensive Cyberspace System (IDCS) Enterprise Logging (EL) effort is designed to meet the AF log aggregation and analysis needs by facilitating the collection, tiered storage, and distributed analysis of system and network logged data from across every AF base.  The IDCS-EL effort is broken into multiple components thus leveraging the best of both commercial hardware and agile software (SW) sustainment best practices.

The scope of this requirement is focused on configuring, operating, maintaining, and modifying the government codebase known as Lower Echelon Analytic Platform (LEAP) Tactical (LTAC) to be remotely operated at various locations.

  • Original Set Aside:
  • Product Service Code: DA01 – IT AND TELECOM – BUSINESS APPLICATION/APPLICATION DEVELOPMENT SUPPORT SERVICES (LABOR)
  • NAICS Code: 541512 – Computer Systems Design Services
  • Place of Performance:

Full details via beta.sam.gov