REQUEST FOR INFORMATION
Request for Information - FA8630-19-S-6010 THIS DOCUMENT IS FOR MARKET RESEARCH PURPOSES ONLY AND IS NOT A REQUEST FOR PROPOSAL/QUOTE. The Air Force Security Assistance and Cooperation (AFSAC) Directo... Request for Information - FA8630-19-S-6010 THIS DOCUMENT IS FOR MARKET RESEARCH PURPOSES ONLY AND IS NOT A REQUEST FOR PROPOSAL/QUOTE. The Air Force Security Assistance and Cooperation (AFSAC) Directorate located at Wright-Patterson Air Force Base OH anticipates an (competitive or noncompetitive) acquisition to provide: Enterprise Content Management (ECM) is what AFSAC utilizes to deliver content (such as common office types i.e. PDF, XLS, etc.) to FMS stakeholders. The current ECM solution that is being utilized is ASG Report.Web, which allows AFSAC to manage and deliver financial reports, logistic reports and technical order documents to AFSAC's foreign partners around the globe. AFSAC has been utilizing this solution since April 2003 and in March 2019, ASG announced the sunset of this program, which will end all support for this ECM. The requirement is to provide a specialized distribution repository with powerful enterprise archiving and records management. The ECM must provide the necessary software, license, material, documentation and electronic delivery of content for AFSAC stakeholders in support of AFLCMC/WFR ECM modernization; with the ability to migrate current business rules from the existing product into the new product solution. The ECM must also have a Certificate of Networthiness (CON) and be on the Air Force Approved Software List. Support. Contractor will need to provide an ECM product solution that is a specialized distribution repository with powerful enterprise archiving and records management. In addition, the product solution must provide the necessary software, license, material, documentation and electronic delivery of content for AFSAC stakeholders in support of AFLCMC/WFR ECM modernization. The contractor will need to provide training to assigned AFSAC personnel. Infrastructure. The contractor shall provide an ECM product solution that can review the current environment, develop a migration plan, install/configure a new ECM with Virtual Printing Service (VPS), test end-to-end, provide knowledge transfer to AFSAC personnel and supply Site Configuration Documentation detailing architecture of the new environment, Active Migration Support and Migration Performance, Audit Trail, and Minimal Business Impact. Specifically, the product solution will provide expertise in providing Independent Verification and Validation analysis and code review of the ECM modernization. Verification is to ensure the ECM meets business rules and user requirements, has built in compliance of all Security Technical Implementation Guides (STIGs), and operates as a system without manual processes and manual system intervention. The VPS is required to capture data from Mainframe print queues, burst them into reports for customer delivery to AFSAC foreign partner customers, and interact with our existing systems. Information is being collected from all potential sources at this time. Each company responding should indicate their business size: other than small business, small business, small disadvantaged business, 8(a), woman-owned, economically disadvantaged women-owned, service-disabled veteran-owned, and/or HUBZone in accordance with the stated NAICS code and size standard. The North American Industry Classification System (NAICS) code assigned to this acquisition is 511210, Software Publishers, with a size standard of 1000 employees. Firms responding should indicate their size in relation to this size standard. All prospective contractors must be registered in the System for Award Management (www.sam.gov) database to be awarded a DOD contract. Respondents are further requested to indicate their status as a Foreign-owned/foreign-controlled firm and any contemplated use of foreign national employees on this effort. Note that a key factor in determining an acquisition to be a Small Business Set Aside is that small business prime contractors must perform at least 50% of the effort, as defined in Federal Acquisition Regulation (FAR) clause 52.219-14. Additionally, firms having GSA schedules should indicate their GSA schedule number in their responses. Any information submitted by respondents to this request for information is voluntary. This request for information notice is not to be construed as a commitment by the Government, nor will the Government reimburse any costs associated with the submission of information in response to this notice. Respondents will not be individually notified of the results of any government assessments. Product Solution. All interested firms who wants to be considered for any resulting contract should submit a product solution that outlines the required product specification listed in the RFI. The product solution should be brief and concise, yet clearly demonstrate an ability to meet the stated requirements. The response must not exceed 10 pages with 12-point font with at least 1" margins. Submit request for information packages via e-mail to Carl Henderson at carl.henderson.5@us.af.mil. All correspondence sent via email shall contain a subject line that reads "Enterprise Content Management (ECM) Modernization". If this subject line is not included, the email may not get through email filters at Wright-Patterson AFB. Filters are designed to delete emails without a subject or with a suspicious subject or attachments. Attachments with files ending in .zip or .exe are not allowable and will be deleted. Ensure only .pdf, .doc, or .xls documents are attached to your email. An AFLCMC Wright-Patterson Ombudsman has been appointed to consider and facilitate the resolution of concerns from respondents and others for this request for information. Before consulting the Ombudsman concerned parties should first address their concerns, issues, disagreements, and/or recommendation to the Contracting Officer for resolution. In addition, AFFARS 5352.201-9101, Ombudsman, will be included in this RFI. The AFLCMC Wright-Patterson Ombudsman is Lt. Col. Brian Miller; (937) 255-5512 or brian.miller.5@us.af.mil. Questions related to this request for information must be submitted via e-mail to Mr. Carl Henderson at carl.henderson.5@us.af.mil NLT COB 10 May 2019. No further questions will be entertained after that date. RESPONSES ARE DUE NO LATER THAN 18 MAY 2019, 4 p.m. EST.
Links ()
Attachments ()
Data sourced from SAM.gov.
View Official Posting »