MODIFICATION
R -- Future Technology Systems
- Notice Date
- 4/10/2008
- Notice Type
- Modification/Amendment/Cancel
- NAICS
- 541690
— Other Scientific and Technical Consulting Services
- Contracting Office
- Contracting Center of Excellence, Army Contracting Agency (ACA), ATTN: Policy and Compliance, 5200 Army Pentagon, Room 1D245, Washington, DC 20310-5200
- ZIP Code
- 20310-5200
- Solicitation Number
- W91WAW-08-R-0044
- Response Due
- 4/15/2008
- Point of Contact
- joyce a. jackson, 7603-692-9463
- Description
- This is an amendment to the combined sources sought/synopsis previously announced in FedBizOpps on 26 Feb 2008 for Future Technology. This revised Combined Sources Sought Synposis now includes Future Technology, Information Technology and Analytical and Training for information and planning purposes only; it is not to be construed as a commitment by the Government. A contract may not be awarded as a result of this combined sources sought/synopsis. The US Army Contracting Agency, Contracting Centerof Excellence (CCE) at the Pentagon, on behalf of Deputy Assistant Secretary of the Army for Cost and Economics, intends to procure all personnel, equipment, tools, materials, supervision, and other items necessary to provide non-personal technical, informational technology, and analytical and training support services in the concentrated areas of cost and economic analysis of major weapon system programs and associated acquisition/financial management policies and procedures as a small business set-aside or under full and open procedures. Contractor personnel will require a current SECRET clearance. Only small businesses are to submit capability packages. Please limit the length of packages to ten (10) pages. Packages over 10 pages will not be evaluated.Interested small businesses that are certified and qualified as a small business concern in NAICS code 541690 with a size standard of $6.5 million are encouraged to submit their capability packages outlining their experience in the following key areas or tasks: (1) Information technology support services: includes both the maintenance of existing Defense Cost and Resource Center(DCARC) information systems as well as improvements and developing hardware and software requirements and software development, testing, and acceptance, (2) Analytical and training support: includes providing customer and administrative support, developing Cost and Software Data Reporting (CSDR) Plans, receiving and validating Contractor Cost Data Reports (CCDRs), Software Resource Data Reports (SRDRs), and Contract Work Breakdown Structure (CWBS) dictionaries. (3) Policy and Training activities: involves leading policy discussions, developing strategic and outreach plans, developing training modules and courses, and conducting training, (4) Develop cost estimating relationships (CER) and cost performance estimating relationships (CPER). The following questions need to be answered as part of the packages: (1) Are you proficient in the software required for the tasks [Defense Automated Cost Information Management System (DACIM), Planning and Execution Tool (cPET), Earned Value Management Central Repository (EVM-CR), eRooms, Vulnerability Manager System (VMS), DoD IT Portfolio Repository (DITPR), and Intrusion Dectection Systems (IDS) or Automated cost Estimating Integrated Toolkit (ACEIT), Automated Cost Data Base(ACDB), COSTAT, TruePlanning (PRICE-H, PRICE-S), SEER, SLIM, (2) Does the contractor have a working knowledge of the Defense Cost and Resource Center (DCARC) Cost and Software Data Reporting (CSDR), Acquisition, Cost Analysis, and Planning, Programming, Budgeting, and Execution System (PPBES) -- policies and procedures (DoD 5000.1, DoD 5000.2, DoD 5000.04-M-1, Military Handbook (MIL-HDBK)-881, AR 70-1, DA Pam 70-3, AR 1-1, Cost Analysis Improvement Group (CAIG) Operating & Support Cost Guide, and the Army Cost Analysis Manual)? ( 3) Does the contractor have experience -- collecting and analyzing cost data for parametric modeling or developing and reviewing Cost and Software Data Reporting (CSDR) Plans (DD 2794) and validating Contractor Cost Data Reports (CCDR) (DD 1921, DD 1921-1 and DD 1921-2), SRDR and CWBS -- for Major Defense Acquisition Programs (MDAPs) spanning all Military Departments and all MIL-HDBK-881 commodity groups work breakdown structures? (4) Does the contractor have experience developing and conducting training in software tools or Cost and Software Data Reporting (CSDR) training or cost analysis training classes for students from Government and Industry? (5) Does the contractor use configuration control, in the development environment identical to the production environment, and processes to manage development leading to at least 5 to 10 years of success in developing, deploying, and supporting large software products? (6) Does the contractor possess IT support that they can provide on-site who meet the Office of the Secretary of Defense (OSD)IT support policies/certifications and have clearances, and can the company demonstrate an understanding of Section 508 requirements with a history of delivering Section 508 complaint applications? If at least two responsible small business concerns are determined by the Government to be capable of performing this requirement based on an evaluation of the capability packages submitted by 15 Apr 08 at 1:00 PM EST, the requirement will be solicited as a 100% set-aside for small business concerns. If capability packages are not received from at least two responsible small business concerns by the response date or if the Government determines that no small businesses are capable of performing this requirement based upon an evaluation of the capability packages submitted this requirement will be solicited under full and open procedures. No other synopsis will be posted for this requirement. To assist us in maintaining a list of interested small businesses for this potential procurement, please provide your companys name, point of contact (POC), address, phone number, and business size under the above NAICS code to the POC for this procurement, Joyce Jackson. Multiple Indefinite Delivery/ Indefinite Quantity contracts are anticipated. The period of performance is a base period of twelve months and four (4) one year options. The work under this contract will be performed at the Contractors facilities and Government facilities. A written Request for Proposal (RFP) will be posted on or about 18 April 2008. TheRFP must be retrieved and downloaded from CCEs homepage at: http://cce.hqda.pentagon.mil/rfp/rfp_1.asp click on RFPS; select the desired RFP and click on the Process button. No hard copies of the RFP will be issued; all amendments will be posted and must be retrieved from this website. Questions are to be submitted by 1:00 PM EST, 05 May 2008. Responses to the RFP must be submitted by email to the POC identified below. No solicitation mailing list will be compiled. Contractors are responsible for all costs for producing and mailing their proposals. POC is Joyce Jackson, Contract Specialist at (703) 695-0732 or, joyce.jackson @hqda.army.mil or Pamela Callicutt, Contracting Officer, at (703) 697-5320 or pamela.callicutt@hqda.army.mil.
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=82de025db10ea9906872c07124bdfff1&tab=core&_cview=1)
- Place of Performance
- Address: Contracting Center of Excellence, Army Contracting Agency (ACA) ATTN: Policy and Compliance, 5200 Army Pentagon, Room 1D245 Washington DC
- Zip Code: 20310-5200
- Zip Code: 20310-5200
- Record
- SN01552139-W 20080412/080410221453-82de025db10ea9906872c07124bdfff1 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |