Looks like Uncle Sam is looking for sources to see if there are alternatives to 
their EDI hub. I can tell you from personal experience that thte folks at DAASC 
are highly skilled and highly competent.

Regards,

Todd Gould
President
Loren Data Corp.

<PITCH>By the way, I suspect the government is going to be spending a lot of 
money in the coming year to help revive the economy. Loren Data provices a 
subscription service to get these kinds of notices if you are interested. Check 
out http://www.fbodaily.com for more information.</PITCH>


Title: WEBMETHODS PRODUCTION AND STAGING ENVIRONMENT 

Category: 70 -- General Purpose ADP Equipment Software, Supplies and Support Eq.

Type: SRCSGT

Date: 11/27/08

Keyword: EDI

FEDBIZOPPS: FBO DAILY ISSUE OF NOVEMBER 27,2008 FBO#2558 

Department of the Air Force, Air Force Materiel Command, ASC - Aeronautical 
Systems Center, ASC/PKWBldg. 16, Rm. 1282275 D StreetWright-Patterson AFB, OH 

70 -- WEBMETHODS PRODUCTION AND STAGING ENVIRONMENT (SRCSGT) SOL F6DAAS93100400 
DUE 120308 POC Travis McCullough, 937-656-7475<br /> WEB: FedBizOpps Complete 
View 
https://www.fbo.gov/?s=opportunity&mode=form&id=c24490a8ed494d7b0c039c6c365619a5&tab=core&_cview=1
 NAICS: 334119 WebMethods Production and Staging Environment The Air Force 
intends to award a brand name contract to World Wide Technology. The purpose of 
this Sources Sought is to determine if there are any businesses available who 
are capable of performing the effort described herein. Defense Automatic 
Addressing Systems Center (DAASC) at Wright-Patterson AFB, OH is seeking 
sources to provide: Support in the continuing process to expand services for 
our customers, DAASC is operating a full-service EDI Telecommunications Hub and 
is maintaining and refining a Translation Engine for the any-to-any conversion 
of ANSI X12, MILS, and User-Defined Format (UDF) documents in any 
combination/direction. With this capability, DAASC acts as an Electronic 
Business (EB) Gateway for the DoD and other Federal Civil Agencies, performing 
translation to/from formats specified by each of these customers. Essentially, 
the DAASC is the facilitator that enables disparate systems to function 
homogenously. This project focuses on the eventual replacement of the Global 
Exchange (GEX) GOTS software with the webMethods, highly available, secure 
hardware solution. This will provide greater support to the warfighter by 
ensuring that critical applications are kept current with technology, available 
24x7, 365 days per year and provides the best value to the government through 
transaction monitoring/processing technologies Due to the essential mission 
that DAASC provides, the Department of Defense has defined the operation as 
Mission Assurance Category (MAC) I which identifies the DAASC processing as 
vital to the operational readiness or mission effectiveness of deployed and 
contingency forces in terms of both content and timeliness. The consequences of 
loss of integrity or availability of a MAC I system are unacceptable and could 
include the immediate and sustained loss of mission effectiveness. This is a 
SOURCES SOUGHT SYNOPSIS. THERE IS NO SOLICITATION AVAILABLE AT THIS TIME. 
REQUESTS FOR A SOLICITATION WILL NOT RECEIVE A RESPONSE. This is in support of 
market research being conducted by ASC to identify capable potential sources. 
Contractors responding to this shall submit the following information to: 
Travis McCullough, email [EMAIL PROTECTED] Response Date: 3 December 2008 5:00 
p.m. EST either by email (above) or postal Travis [EMAIL PROTECTED]/PKEIS2275 D 
Street Bldg. 16 Rm. 128Wright-Patterson AFB, OH 45433Com: (937)656-7475 
DSN:986-7475 Required Submittal: Contractors must submit, by the due date 
listed above, the following: 1.Company Information to include:a.Points of 
contact, addresses, email addresses, phone numbersb.Identification as a large 
U.S. business, small U.S. business, or a foreign business.2.A summary of your 
related capabilities information based upon the Contractor Experience required 
below. It should be brief and concise, yet clearly demonstrate your abilities 
to meet the stated requirements. Limit responses to a total page limit of 5 
pages. Each page shall be formatted for 8 x 11 paper. Pages shall be 
single-spaced and one-sided. The font shall be Times New Roman and no smaller 
than 10pt with at least a one-inch margin. Covers, tab dividers, title pages, 
glossaries, and table of contents are not required. Please submit your 
responses electronically in a Microsoft Word compatible file.3.Provide no more 
than five contract history matrices for any contract relevant to this effort. 
(Include information ONLY for work within the last three years) For all current 
or past contracts deemed relevant, provide the following administrative 
reference information. (There is no page limit for this 
requirement.)a.Company/Division Nameb.Program Titlec.Contracting 
Agencyd.Contract Numbere.(e) A brief description of the contract effort, 
indicating whether it was development and/or productionf.Type of 
Contractg.Period of Performanceh.Original Contract $ Value and Current Contract 
& Valuei.Original Completion Data and Current Completion Datej.Name, address 
and telephone number of Government Program Director/Manager, Administrative 
Contracting Officer (ACO) and Procuring Contracting Officer 
(PCO).4.Organizational Conflict of Interest (OCI): Provide your approach to OCI 
avoidance, non-disclosure of information and protecting intellectual property 
and business interests of prime contractors and small businesses. An OCI 
mitigation plan should be included. This plan does not count towards the page 
limit.5.Any other information you think we need to evaluate your capabilities. 
Any information submitted by respondents to this synopsis is strictly 
voluntary. The Government will not reimburse the respondents for any costs 
associated with their response. This synopsis does not constitute a Request for 
Proposals nor does its issuance restrict the Government as to its ultimate 
acquisition approach. The Government reserves the right to contact the 
submitting parties, on an as required basis, for further clarification on 
material provided. Contractor Experience:The DAASC project focuses on the 
eventual replacement of the Global Exchange (GEX) GOTS software with the 
webMethods, highly available, secure hardware solution. This will provide 
greater support to the warfighter by ensuring that critical applications are 
kept current with technology, available 24x7, 365 days per year and provides 
the best value to the government through transaction monitoring/processing 
technologies and is a high priority for DoD.DAASC urgently needs a contractor 
able to respond to critical program requirements within weeks for support of 
upcoming tasks funded under the new contract. This work requires a contractor 
with experience in DoD organizations and missions, and, more importantly, with 
the DAASC Project. The critical nature of the program prevents DAASC from 
accepting any interruption in support or discontinuation of experience. Due to 
the aforementioned, there will be no transition time allowed upon the award of 
the contract. Respondents are requested to provide a brief description of their 
teams capability and approach to supplying the Draft BOM. Address briefly how 
you/your team will perform this work. Please demonstrate your companies 
capability to deliver hardware and software materials to the delivery location 
in the time allotted in the awarded contract. The Government reserves the right 
to contact additional customers to obtain information that will be used to 
evaluate the offerors experience. Contract Details: This acquisition will be 
open to all type businesses, meeting the Contractor Experience criteria, using 
commercial buying procedures. Commercial items and non-developmental items are 
procured under FAR Part 12 procedures. Firm Fixed Price (FFP) type pricing 
arrangement will be utilized. NAICS Code is 334119. Size standard is 1,000 
employees. We will utilize the Best Value technique of Lowest Price Technically 
Acceptable (LPTA) to make a Best Value Award decision. CCR Registration: 
http://www.ccr.gov/Start.aspxIf you are a business interested in doing business 
with the U.S. Federal Government, you must be registered in CCR. It is 
advisable to begin registration now. For more information on "WebMethods 
Production and Staging Environment", please refer to: 
https://pixs.wpafb.af.mil/pixs_solicitation.asp?id=5920 CITE: 
https://www.fbo.gov/?s=opportunity&mode=form&id=832640ac61a4b06cb8452b5af2a7443e&tab=core&_cview=0.
 Posted 11/25/08 (fbodaily.com W-SN01710227). (0330) 

Loren Data Corp.
http://www.ld.com (SYN# 0573 20081127\70-0002.SOL) 





[Non-text portions of this message have been removed]


------------------------------------

...
Please use the following Message Identifiers as your subject prefix: <SALES>, 
<JOBS>, <LIST>, <TECH>, <MISC>, <EVENT>, <OFF-TOPIC>

Job postings are welcome, but for job postings or requests for work: <JOBS> IS 
REQUIRED in the subject line as a prefix.Yahoo! Groups Links

<*> To visit your group on the web, go to:
    http://groups.yahoo.com/group/EDI-L/

<*> Your email settings:
    Individual Email | Traditional

<*> To change settings online go to:
    http://groups.yahoo.com/group/EDI-L/join
    (Yahoo! ID required)

<*> To change settings via email:
    mailto:[EMAIL PROTECTED] 
    mailto:[EMAIL PROTECTED]

<*> To unsubscribe from this group, send an email to:
    [EMAIL PROTECTED]

<*> Your use of Yahoo! Groups is subject to:
    http://docs.yahoo.com/info/terms/

Reply via email to