SOLICITATION NOTICE
D -- Army Knowledge Online/Defense Knowledge Online Adivisory Multi-Step
- Notice Date
- 4/13/2009
- Notice Type
- Presolicitation
- NAICS
- 541512
— Computer Systems Design Services
- Contracting Office
- ACA, ITEC4, Directorate of Contracting , 2461 Eisenhower Avenue, Alexandria, VA 22331-0700
- ZIP Code
- 22331-0700
- Solicitation Number
- W91QUZ-09-R-0007
- Response Due
- 5/8/2009
- Archive Date
- 7/7/2009
- Point of Contact
- Woodrow Bell, 703-325-4760<br />
- Small Business Set-Aside
- N/A
- Description
- This Pre-Solicitation Notice is issued under the authority of FAR 15.202, Advisory Multi-Step Process. The U.S. Army Program Executive Office-Enterprise Information Systems (PEO-EIS), in coordination with the Army Contracting Command, National Capital Region Contracting Center, Information Technology, E-Commerce and Commercial Contracting Center (ITEC4), is seeking qualified contractors to support the Army Knowledge Online/Defense Knowledge Online (AKO/DKO) Enterprise Services (ES) Project Management Office (PMO) requirements for operations and maintenance (O&M) of the AKO/DKO system and continuous system enhancements in support of the AKO/DKO enterprise. The Army intends to award a single, performance-based, Indefinite Delivery, Indefinite Quantity (IDIQ) contract for AKO/DKO ES with one (1) base year and four (4) one (1) year options. The selected contractor must possess a Top Secret Facility Clearance. In addition, two (2) Contractor personnel must possess Top Secret with SCI eligibility, and all other Contractor personnel must possess a SECRET security clearance. An AKO/DKO ES Requirements Overview describing the anticipated scope of this IDIQ Contract is posted to the Federal Business Opportunities (FedBizOpps) site, under solicitation number W91QUZ-09-R-0007. Potential prime contractors are requested to submit qualifying documentation describing capabilities, experience, and qualifications through a presentation of (1) breadth and depth of relevant technical capabilities, services, and solutions, (2) relevant current and previous experience, and (3) applicable awards, certifications, qualifications, and appraisals. The Contracting Officer for this acquisition is Woodrow Bell, 703-325-4760, drow.bell@us.army.mil. Response Overview Potential prime contractors are requested to submit qualifying documentation demonstrating (1) breadth and depth of relevant technical capabilities, services, and solutions, (2) relevant current and previous experience, and (3) applicable awards, certifications, qualifications, and appraisals. The Government will evaluate all submitted responses in accordance with the published criteria and advise each respondent, in writing, either that they will be invited to participate in the resultant acquisition or, based on the information submitted, that they are unlikely to be a viable competitor. The Government will advise respondents considered not to be viable competitors of the general basis for that opinion. Notwithstanding the advice provided by the Government, respondents may still participate in the resultant acquisition. Evaluation Criteria The Government will evaluate the viability of each respondent based on an assessment of the respondents submission in accordance with the following criteria: 1.Breadth and depth of technical capabilities, services, and solutions and their alignment with the scope of the requirements described in the AKO/DKO ES Requirements Overview at the end of this document; 2.Extent and relevance of current and previous experience performing services similar in size, scope and complexity to the requirements described in the AKO/DKO ES Requirements Overview; and 3.Extent and relevance of awards, certifications, qualifications, and appraisals (e.g., ISO:9000, CMMi, ITIL, ISO/IEC 20000, etc.) demonstrating (1) quality and consistency in delivery of products and services, (2) consistent, documented, and repeatable processes in support of information technology (IT) infrastructure, development, and operations service management and delivery, and (3) efficiency and effectiveness in software and systems development and integration. Response Format All information shall be submitted in Adobe PDF files using Times New Roman, 12-point font on single-sided paper, 8.5 by 11 inches with one-inch margins on all sides. Submissions shall be electronic and emailed to drow.bell@us.army.mil. The subject line of the email shall state: AKO/DKO ES Advisory Multi-step Qualification Package. Qualification packages shall include the following components organized into Sections and Sub-sections as described. Information beyond that requested is not desired nor will it be considered in the assessment. 1.SECTION 1: Technical Capabilities Statement - To demonstrate breadth and depth of technical capabilities, services, and solutions of the potential prime contractor and their alignment with the scope of the requirements described in the AKO/DKO ES Requirements Overview respondents should provide the following information, organized as indicated. a.SECTION 1.A: i.Submit a Technical Capabilities Statement describing the breadth and depth of relevant technical capabilities, services, and solutions of the potential prime contractor aligned with the scope of the requirements described in the AKO/DKO ES Requirements Overview. Relevant technical capabilities are those aligned with the scope of the Work Breakdown Structure defined in the AKO/DKO ES Requirements Overview; ii.Discuss why your team is well qualified to perform the services required by the scope of the AKO/DKO ES IDIQ contract; and iii.Organize the presentation of Technical Capabilities into five (5) sub-sections: 1.Section 1.A.1: WBS 1.0: Management Services 2.Section 1.A.2: WBS 2.0: Production Support Operations 3.Section 1.A.3: WBS 3.0: Operations and Maintenance of Services and Systems 4.Section 1.A.4: WBS 4.0: System Development, Engineering, and Enhancement 5.Section 1.A.5: WBS 5.0: Transition and Migration Planning and Execution b.SECTION 1.B: i.Provide business size and status (i.e., large business, small business, 8(a), service-disabled veteran-owned, woman-owned, etc.) in accordance with the assigned NAICS codes. 541512, 541511, 541513 and 541519. 2.SECTION 2: Current and Previous Experience - To demonstrate relevant current and previous experience of the potential prime contractor aligned with the scope of the requirements described in the AKO/DKO ES Requirements Overview respondents should provide the following information, organized as indicated. a.Identify and describe relevant contracts performed by the potential prime contractor which indicate current and previous experience performing services aligned with the scope of the requirements described on the AKO/DKO ES Requirements Overview. A relevant contract is defined as a current or previous contract (performed within three (3) years of the date of this announcement) of similar size and scope to the requirements described in the AKO/DKO ES Requirements Overview with any Federal Government, state Government, local Government, or commercial entity. The Government is interested in evaluating the current and previous experience of respondents intending to offer as prime contractors only. Current and previous experience relating to proposed team members is not desired and will not be considered. b.Clearly demonstrate: i.Mature service delivery management and process execution ii.Performance of services attaining or exceeding service level agreements and performance standards iii.Integration of commercial-off-the-shelf and non-developmental products in a loosely-coupled portal/collaboration architecture iv.Experience providing relevant services and the associated staffing for OCONUS requirements v.Expertise, experience, scalability, breadth, and depth of their team and staffing vi.Experience with similar security operations and a demonstrated understanding of Defense in Depth (DID) Information Assurance principles vii.Innovation in solution offerings that reduce cost to operate, maximize customer satisfaction and the end user experience, and increase responsiveness to emerging requirements viii.Experience in supporting classified and unclassified systems ix.Delivery of services in both Department of Defense and commercial environments; c.List, for each identified contract, the following information: i.Contract number ii.Contract name iii.Customer organization (agency, firm, etc.) iv.Contract type (firm fixed price, cost plus, time-and-materials, etc.) v.Contracting organization/activity vi.Contract value (including all options) vii.Contract period of performance viii.Performance-based (yes or no) ix.Role on contract (prime or subcontractor) x.Summary of the contract scope and requirements: include services performed, performance measures and Service Level Agreements utilized, and innovative approaches implemented xi.Relevancy of the referenced contract as it relates to the scope of this requirement as defined in the AKO/DKO ES Requirements Overview. d.Organize the presentation of Current and Previous Experience of into five (5) sub-sections: i.Section 2.A: WBS 1.0: Management Services ii.Section 2.B: WBS 2.0: Production Support Operations iii.Section 2.C: WBS 3.0: Operations and Maintenance of Services and Systems iv.Section 2.D: WBS 4.0: System Development, Engineering, and Enhancement v.Section 2.E: WBS 5.0: Transition and Migration Planning and Execution 3.SECTION 3: Awards, Certifications, Qualifications, and Appraisals To demonstrate the prime contractors (1) quality and consistency in delivery of products and services, (2) consistent, documented, and repeatable processes in support of information technology (IT) infrastructure, development, and operations service management and delivery, and (3) efficiency and effectiveness in software and systems development and integration respondents should provide the following information, organized as indicated: a.Provide a listing of relevant awards, certifications, qualifications, and appraisals of the potential prime contractor including original and latest certified dates where applicable. Relevant awards, certifications, qualifications, and appraisals are defined as those which demonstrate the contractors (1) quality and consistency in delivery of products and services, (2) consistent, documented, and repeatable processes in support of information technology (IT) infrastructure, development, and operations service management and delivery, and (3) efficiency and effectiveness in software and systems development and integration; b.Describe applicability of the awards, certifications, qualifications, and appraisals to the dimensions of (1) quality and consistency in delivery of products and services, (2) consistent, documented, and repeatable processes in support of information technology (IT) infrastructure, development, and operations service management and delivery, and (3) efficiency and effectiveness in software and systems development and integration. c.Organize the presentation of Awards, Certifications, Qualifications, and Appraisals into three (3) sub-sections: i.Section 3.A: Quality and consistency in delivery of products and services ii.Section 3.B: Consistent, documented, and repeatable processes that optimize service delivery iii.Section 3.C: Efficiency and effectiveness in software and systems development and integration. 4.SECTION 4: Statement of Authorization - Provide a unilateral statement that authorizes the governments support contractor, SNVC, to have access to information submitted in response to this Pre-Solicitation Notice to include any proprietary information. If the submission includes proprietary information of a team member, the statement of authorization should address the team member as well as the respondent. Page Limitations The following page limitations shall apply to the respondents submission. Information provided exceeding the page limitations will not be considered. SECTIONPAGE LIMITATION SECTION 1: Technical Capabilities StatementFifteen (15) SECTION 2: Current and Previous ExperienceFive (5) SECTION 3: Relevant CertificationsThree (3) SECTION 4: Statement of AuthorizationOne (1) Response Deadline Electronic submissions are due no later than 2:00 PM EDT on 8 May 2009, and shall be emailed, in Adobe PDF format, to drow.bell@us.army.mil. Participation of Support Contractors in the AKO/DKO ES Acquisition Respondents are advised that the support contractor identified below has been retained to provide acquisition support during the AKO/DKO ES procurement to include this advisory multi-step process and the eventual source selection process. The support contractor will have access to respondent-provided proprietary information to enable them to perform their duties. The support contractor is prohibited from competing on the subject acquisition and from scoring, ranking, or recommending a source for a determination of viability or, after the issuance of a solicitation in this procurement, selection. Firm: SNVC Address: 12150 Monument Drive, Suite 510, Fairfax, Virginia 22033 POC: Ms. Brenda Crutchfield Telephone: (703) 704-3750 E-mail: brenda.crutchfield@us.army.mil; brenda.crutchfield@snvc.com SNVC has provided a signed statement to the government in which they agree not to use or disclose any source selection information to which they obtain access to as a result of performing work in support of the AKO/DKO ES acquisition except as required to perform that work. The restriction explicitly includes proposal information. In order to facilitate participation by SNVC in support of the advisory multi-step process, it is requested that respondents provide a Statement of Authorization (including necessary coverage of any team member) that authorizes SNVC to have access to the information submitted in response to this Pre-Solicitation Notice, to include any proprietary information. The foregoing approach of providing a statement is preferred. If the submitter requires, however, that SNVC execute corporate agreements, provide a copy of the corporate agreements with the submission. Pursuant to FAR 9.505-4, the agreement between a submitter and SNVC, should state that SNVC, will (1) protect the submitters information from unauthorized use or disclosure for as long as it remains proprietary and (2) refrain from using the information for any purpose other than that for which it was furnished. If this alternative is selected instead of submitting a statement as described in the paragraph above, it is requested that the submitter contact SNVC promptly to effect execution of such agreement prior to making its submission under the advisory multi-step process.
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=66509fac071b5534d1314ef986c66d11&tab=core&_cview=1)
- Place of Performance
- Address: Army Contracting Command, National Capital Region Contracting Center, ITEC4 Directorate of Contracting , 2461 Eisenhower Avenue Alexandria VA<br />
- Zip Code: 22331-0700<br />
- Zip Code: 22331-0700<br />
- Record
- SN01791328-W 20090415/090413215616-66509fac071b5534d1314ef986c66d11 (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 |