Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 10, 2009 FBO #2602
SOURCES SOUGHT

D -- Maintenance and Sustainment of Army Business Applications

Notice Date
1/8/2009
 
Notice Type
Sources Sought
 
NAICS
541519 — Other Computer Related Services
 
Contracting Office
Department of the Army, Defense Contracting Command-Washington, Contracting Center of Excellence, Army Contracting Agency (ACA), 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
W81MR3-8323-0001-000
 
Response Due
1/15/2009
 
Archive Date
3/16/2009
 
Point of Contact
Robert Meekie, 703-695-5500<br />
 
Small Business Set-Aside
N/A
 
Description
The US Army Contracting Agency, Contracting Center of Excellence (CCE), Pentagon, on behalf of the Assistant Secretary of the Army for Financial Management (ASA FM&C), Financial Information Management, intends to procure services to support the Automated Schedule and Reporting System (ASARS), The Exhibit Automation System (EAS) and the Planning, Programming, Budget, and Execution Portal (PPBE) business applications under full and open competition procedures. ASA FM&C in the best interest of the US Army and the federal government does not feel, nor can it determine that a small businesses is capable of performing this requirement based upon an evaluation of the current contract capabilities and future contract capabilities that will be requested through this requirement. It is recommended that this requirement be solicited under full and open competition procedures. Under this requirement, a contractor will be required to provide sustainment and maintenance to the three business applications. The contractor will be required to provide communication integration, research, planning, execution, evaluation and assessment. The primary duties include technical, logistical, acquisition, programmatic, quick response (surge), and administrative support services and assisting with execution through defined established mechanisms. ASA FM&C strategies will require review and evaluation of current business applications, processes and review of products and the ability to prepare recommendations to increase future strategies, processes and review procedures. The core areas of ASA FM&C include: a.Provide maintenance and sustainment to EAS, ASARS, and the PPBE Portal b.Provide Strategic Communication Support c.Provide Programmatic Support d.Provide Administrative and Logistical Support Support shall be provided during normal operations in accordance with the directives, guidance, and policy referenced in the Performance Work Statement (PWS) and with any changes, replacements, additions, and other directives, guidance, and policy issued during the contract period of performance. Interested parties are asked to submit capability statements (not to exceed 5 pages in length) expressing their interest. Instructions for Responses In response to this sources sought, interested vendors are requested to provide answers to the following questions in relation to the scope of work described above. The answers should be brief and to the point, not exceeding 5 pages total. Companies submitting more than 5 pages will not be evaluated. 1. Provide the following information about your company: name, business address, web address, size/ownership of business (large, small, etc.) and provide NAICS codes the company is certified under, number of years in business, a point of contact with name, title, phone, fax, and email, Cage Code and DUNS number, affiliate information (parent corporation, joint venture partners, potential teaming partners), etc. 2. Please provide a capability statement as it relates to the sources sought request. Do not provide marketing materials. Companies providing marketing materials will not be evaluated. 3. Does your company possess experience regarding Operations and Maintenance support and budget justification throughout the Department of Defense? Please describe. 4. Does your company possess functional knowledge pertaining to EAS, ASARS, and the PPBE Portal? Please explain. 5. Does your company have experienced technical staff and possess the organizational and operational strategies based on findings and impacts related to the subject of this sources sought? Explain/describe your companys experience and familiarity with performing function described above, and/or indicate ability to satisfy the government requirements by providing a narrative identifying the scope of past and current services performed within the past three (3) years and explain how those services are commensurate with the services described above. 6. What experience does your company have relating to Pattern Stream reporting and generating Budget Exhibits? Information relative to past and current performance and experience should include detailed references (contract numbers, description of services, types of contracts, and point of contact, to include the names and phone numbers) of major clients. In addition, we welcome comments on the industry practices and standards for this effort or similar commercial efforts to include but not limited to contract clauses and provisions, method of quality control and assurance to ensure customer satisfaction and how is contract performance measured against a contract requirement, amount of transition time needed for full and effective performance on a new contract and any other information pertinent to this effort. 7. Please provide a brief description of how you as prime vendor would augment your company's skills and capabilities to provide the services in the task areas mentioned, including any partnering efforts you've used to address past similar large scale procurements. The industry practice and standards information is excluded from the 5-page capabilities statement limit. The PWS is currently being composed and a DRAFT will be posted as soon as it becomes available. Submit electronic responses directly to Robert Meekie, Contract Specialist, (703) 428-0074, robert.meekie@us.army.mil. Not later than time 10:00 AM on date 15 January 2008. A Time and Material, Indefinite Delivery/Indefinite Quantity contract is anticipated. The period Performance will be May 2009 to April 2012. Place of performance will be within the National Capital Region and limited Government Space will be provided. In order to accept and begin work under this contract, Contractor personnel shall have a SECRET level Department of Defense (DOD) security clearance at the start of contract award. Upon award, a completed DD 254 (Department of Defense Contract Security Classification Specification) is a requirement of this contract. The solicitation will be available by INTERNET ACCESS ONLY. A written Request for Proposal(s) (RFP) will be posted on the Government Point of Entry website (FedBizOpps) (https://www.fbo.gov/), reference (W81MR3-8323-0001-000). All responsible sources may submit a proposal(s), which will be considered, however, no offers are being requested at this time. No paper copies of the solicitation will be issued. All amendments to the solicitation will likewise be posted to this website. No solicitation mailing list will be supplied. Contractor is responsible for all costs for producing and mailing their proposal. It shall be the Contractors responsibility to check the websites for the solicitations issuance and any amendments. The Contractor is required to register with the Department of Defense Central Contractor Register (CCR). No contract award will be made to any Contractor that is not already registered or in the process of registering. The DOD CCR can be reached at (866) 705-5711 or http://www.ccr.gov/. Telephone inquiries will not be accepted.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=13901c7e571b69403b883ad3df1d1e4f&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<br />
Zip Code: 20310-5200<br />
 
Record
SN01729416-W 20090110/090108215925-13901c7e571b69403b883ad3df1d1e4f (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.