SOLICITATION NOTICE
D -- This purpose of this performance based acquisition is to obtain subject matter expertise with the Standard Procurement System (SPS) Increments 2 and 3 sufficient to augment the Government staff of the SPS Joint Program Management Office.
- Notice Date
- 10/11/2005
- Notice Type
- Solicitation Notice
- Contracting Office
- ACA, ITEC4, Directorate of Contracting , 2461 Eisenhower Avenue, Alexandria, VA 22331-0700
- ZIP Code
- 22331-0700
- Solicitation Number
- S5108A-06-R-0001
- Response Due
- 11/4/2005
- Archive Date
- 1/3/2006
- Small Business Set-Aside
- N/A
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. Statement of Objectives Section 1 Background The Army Enterprise Information Systems Office (PEO/EIS) SPS Joint Program Management Office (JPMO) is in the process of acquiring and fielding a commercially based standard application to support the automation of contracting offices throughout the Depart ment of Defense (DoD). This program will continue in spiral development for several years and will include the use of modern technologies for software applications, communications, security, data migration and data warehousing. The target community for t he SPS product suite currently utilizes more than 14 legacy systems designated for transition to the SPS. The SPS program shall be a catalyst for change management throughout the DoDs acquisition community. The SPS product suite and its utility to the a cquisition community and the DoDs business enterprise will afford the DoD the opportunity to link the logistics, acquisition and finance business mission areas in ways the produce economy and efficiency in meeting the needs of the DoD warfighter. Section 2 Purpose This purpose of this contractual effort is to obtain subject matter expertise with the Standard Procurement System Increments 2 and 3 sufficient to augment the Government staff of the Standard Procurement System (SPS) Joint Program Management Office (JPMO) . This expertise will significantly improve the JPMOs overall operations and service to its customers, as well as achieve effectiveness and efficiency in the internal operations of the SPS JPMO. Section 3 - Scope The scope of this effort is to provide the required support as outlined in the purpose above to adequately review and provide comments on SPS functional related issues and documents, to represent the DoD and SPS JPMO perspectives at functional meetings of the Services and Departments, whether individually or jointly held, and to provide functional demonstrations and expertise to individuals or groups as required. Some meetings and conferences are scheduled with significant lead-time to prepare presentation s, but functional support is often required on an ad-hoc basis at a moments notice to demonstrate a feature or capability of the SPS to potential users. Therefore, contractor personnel must be well-versed in the software as well as understanding the req uirements that are expressly in or out of scope for the software product. This effort is to acquire the full range of contractor support services to provide functional subject matter expertise with the SPS Increments 2 and 3 product suite. This includes the ability to perform such activities as reviewing and determining the functional suitability and effectiveness of the software, training materials, instruction manuals, integrations. Section 4 Program Objectives Overall Objective: Successful performance will be tied to demonstrated expertise with v4.2.2 and the completion of assigned tasks in conjunction with the SPS JPMO Program Schedule for v4.2.3 leading into GV&V, SAT, Milestone C and through the Full Deploym ent Decision Review in preparation for deployment to the Department of Defense 4.1 Ensure effective and efficient training material. Achieve strategies for ensuring training material is suitable to instruct SPS users such that functional business processes can be executed by users of the SPS product suite without incurring a negati ve impact to user productivity. This may include reviewing contractor-developed training material and providing functional content comments after hands-on usage of the training material in concert with the SPS product suite. 4.2 Ensure SPS product sui te meets the functional requirements specified by SPS stakeholders. Achieve an SPS product suite that is suitable and effective for the DoD to utilize as a tool in the execution and administration of contractual vehicles in compliance with the Federal Ac quisition Regulation (FAR) and the Defense FAR Supplement. This may include participation in product testing, researching functional requirements documentation, and participating in stakeholder forums such as meetings of the SPS Joint Requirements Board, the Clause Working Group and other forums. 4.3 Conduct Effective Functional Outreach. Achieve a managed process for demonstrating SPS functional product capabilities such as providing product demonstrations, conducting conferences and developing SPS product brochures, newsletters and material to a ddress product functionality. 4.4 Provide Accountability to Customers. Achieve managed process for communicating with SPS users to address functional requirements issues and concerns. This may include researching and responding to email, correspondence and telephone calls from the SP S user community, SPS oversight entities such as the Supply Chain Systems Transformation Directorate of the Office of the Secretary of Defense, the General Accounting Office, the DoD Inspector Generals Office, and others. 4.5 Ensure SPS Functional Suitability and Effectiveness. Achieve a managed process to ensure all functional aspects of the SPS program and all functional considerations with regard to the SPS product suite and its interfaces and integrations with other sy stems across the enterprise are considered and addressed. This may include review of product documentation for the adapter and integrations, electronic document interchange maps, and other material to ensure functional consistency with the SPS software ap plication. Section 5 Period of Performance The period of performance for this contractual action is Award through October 30, 2006, with options to renew for two additional one-year periods. Section 6 Place of Performance Work shall be performed in the Governments office space at 4114 Legato Road, Fairfax, Virginia. Local travel to meetings in and around the Washington, D.C. metro area, as well as travel for out-of-town conferences and product demonstrations, shall be nec essary on an ad hoc basis. Approximately 10 percent of the time the work may be performed at a location other than the Governments office space in Fairfax, Virginia. Section 7 - Constraints Contractor must comply with applicable statutory, regulatory, policy and procedural documents in the performance of this effort. The following is not an exhaustive list, but rather is representative of the many regulatory and policy requirements which may be applicable in the performance of this effort. - JPMO Standard Operating Procedures - COE Portal Login Instructions User Guide - User guide for Creating an Army Knowledge Online (AKO) Account and Logging into the Learning Management System (LMS) - Federal Acquisition Regulation (FAR) - Defense FAR Supplement - KEY PERSONNEL In addition, the contractor must provide key personnel which meet the following minimum criteria: Must be available to be on-site Monday through Friday starting as early as 0800 hours and ending at/or before 1700 hours. Must be certified as having taken training on SPS Increment 2 Must provide a written statement of subject matter expertise with SPS Increments 2 and 3 and how such expertise was acquired Must be able to use SPS Increment 2 with proficiency to perform acquisition business processes Will be required to take SPS Increment 3 training on the Learning Management System when it becomes available Must execute a Non-Disclosure Agreement, if determined applicable by the Contracting Officer at the time of contract award. Work under this Delivery Order shall be unclassified. The contractor personnel visiting any Governmen t facility in conjunction with this Delivery Order shall be subject to the standards of conduct applicable to Government employees. Site-specific approval regarding access, issue of security badges, etc. will be coordinated as required. Section 8 - Travel All travel shall be in accordance with the Joint Travel Regulations. All travel estimates will be submitted to and approved by the PCO and/or the COR prior to execution of travel. Section 9 - Government Points of Contact Ms. Linda Beckner is the JPMO Functional Division Chief. In this role, she will be responsible for acting as the Contracting Officers Representative in day-to-day oversight of the performance of this effort. Ms. Elizabeth Cloutier is the JPMO Contracting Officer. In this role, she will be the only individual with the authority to act on behalf of the Government to direct/redirect contractor efforts or in any way amend any contract terms or conditions. Section 10 - PCO/ACO Direction Notwithstanding any of the provisions of this contractual action, the PCO or the designated Administrative Contracting Officer (ACO) shall be the only individuals with the authority to act on behalf of the Government to direct/redirect contractor efforts o r in any way amend any contract terms or conditions. If the contractor believes there have been any changes made to the requirements of this delivery order by unauthorized personnel, it is to notify the PCO in writing as soon as possible, but not later th an 30 days after the occurrence of any potential change. The PCO will be the formal contractor notification authority for deliverable approval/rejection. Section 11 Deliverables Contractor must provide a weekly status report to the COR and PCO to indicate the activities performed and results achieved. Evaluation Criteria In response to the government statement of objectives, the contractor shall submit a proposal that details the personnel, product, schedule, deliverables and projected costs of each task to be performed under this acquisition. like system data. The Government intends to issue an award based on the proposal offering the best value solution. The Government reserves the right to not award a contract as a result of this competition, if in the opinion of the Source Selection Official (SSO), none of th e submitted proposals would provide satisfactory performance. The SSO may reasonable determine that the superior solution/approach merits a higher price, and therefore represents the best value to the Government. The SSO, using sound business judgement, wi ll base the selection decision on an integrated assessment of the proposal's relative capability as measured against the below evaluation factors. Factor 1 - Technical/Management Solution/Approach. Factor 2 - Performance Measurement and Management Program. Factor 3 - Past Experience (include references for all contracts for the last 2 years). Factor 4 - Price. Factors 1 and 2 are equal and each is significantly more important than Factor 3. While the price factor will be an important part of the integrated selection decision, the non-price evaluation factors are significantly more important than the price factor. However, Price will become increasingly important as proposal evaluation ratings for non-price factors approach equal. Evidence of the quality of t he technical/management solution/approach includes: (a) a coherent, actionable and realistic concept of operations that clearly articulates the operational aspects of a performance-based partnership and explicitly describes the expected performance of the Government and contractor teams. (b) A comprehensive performance work statement and contract work breakdown structure that identifies the services to be delivered to meet the program and mission requirements set forth in the statement of objectives. (c) A sound technical proposal that clearly demonstrates how implementation of the proposed solutions will deliver timely, sta ndard, stable, reliable, secure, flexible, responsive compliant, and cost effective services to meet the needs of the SPS JPMO and its stakeholders. (d) A sound partnering approach to managment that demonstrates the ability to aggressively identify and app ly information technology solutions to the SPS JPMO's business processes. The management approach provides: 1. Highly qualified and experienced personnel with a proven track record of success. 2. Transparent governance procedures that include clear lines o f open and honest communication between the Contractor's team and the Government for timely problem identification, mitigation and resolution. Program clearly fosters a partnering environment that is based on achieving shared goals and objectives. Instructions: Due Diligence Reviews will be conducted upon request. The complete proposal will both a technical and price proposal. The Technical proposal should include: Part A: Executive Summary Concept of Operations Roles anad responsibility matrices Contract Work Breakdown Structure (CWBS) and Performance Work Statement (PWS) Part B: Quality Assurance Plan including Quality Performance Metrics, Management Information System Reporting Program, and Incentives Program Part C: Resumes for Key Personnel The technical proposal shall provide evidence of the quality of the technical/management solution/approach includes: (a) a coherent, actionable and realistic concept of operations that clearly articulates the operational aspects of a performance-based partnership and explicitly describes the expected performance of the Government and contractor teams. (b) A comprehensive performance work statement and contract work breakdown structure that identifies the services to be delivered to meet the program and mission requirements set forth in the statement of objectives. (c) A sound technical proposal that clearly demonstrates how implementation of the proposed solutions will deliver timely, standard, stable, reliable, secure, flexible, responsive compliant, and cost effective services to meet the needs of the SPS JPMO and its stakeholders. (d) A sound partnering approach to managment that demonstrates the ability to aggressively identify and apply information technology solutions to the SPS JPMO's business processes. The management approach provides: 1. Highly qualified and experienced p ersonnel with a proven track record of success. 2. Transparent governance procedures that include clear lines of open and honest communication between the Contractor's team and the Government for timely problem identification , mitigation and resolution. Program clearly fosters a partnering environment that is based on achieving shared goals and objectives. The price proposal shall include other than cost or pricing data supporting information required to evaluate the reasonableness and realism of proposed prices. This includes providing a complete basis of estimate breakout (BOE) of the component items that make up each service. The cost proposal should be sufficiently detailed to allow a comprehensive understanding of cost reasonableness as well as provide a baseline for future modification/changes. DUE DILIGENCE REVIEW RULES September 2005 Purpose: To provide you as much information concerning the goals and objectives for this acquisition as possible. The members of this team will try to provide answers to any question concerning this process that are factual and that do not express prefer ences for any specific solutions. However, there may be instances where preferences are expressed or implied due either to the nature of the question or the inability to answer without expressing a preference or an opinion. You are cautioned that the ans wers reflect the opinion or preference of the individual or his/her organization and may not be representative of the best overall solution for the SPS JPMO/PEO EIS that you are ch arged with providing. Due Diligence Reviews - These will be scheduled upon request. Not a pre-proposal conference IS the contractors access to the government team and government information IS the contractors opportunity to ask solution-specific questions; the answers will not be shared with competitors Not a verbal form of questions-and-answer exchanges Not a communications or negotiations, but IS exchanges RULES: Non-Disclosure of Business sensitive information Conduct each conversation with fair and equitable treatment Answer all questions openly and honestly to the best of your ability Answer the same question by two or more contractors the same way Do not answer/ask questions that lead to preferences, e.g., which of these items is most important? How would you rank these in priority order? Avoid telling the vendor how to solve a problem. If you are asked what you think is the best solution, say, I dont know. That is the contractors job. Government employees should not ask the vendor any questions other than to clarify what the vendor is asking. Vendors should not quiz Government employees regarding their proposed solutions, as in Will this work for you? Vendors should not be presenting any demos or presenting parts of their proposed solutions. Clauses: The following provisions apply to this solicitation: 52.212-1 52.212-3 (Jan 2005) 52.212-4 52.212-5 252.227-7013 252.227-7014 252.227-7015 252.227-7016
- Place of Performance
- Address: PEO EIS, SPS JPMO 4114 Legato Rd. Fairfax VA
- Zip Code: 22033
- Country: US <SOURCE>ftpArmy
- Zip Code: 22033
- Record
- SN00914020-W 20051013/051011211924 (fbodaily.com)
- Source
-
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |