Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 21, 2009 FBO #2764
SOURCES SOUGHT

D -- Army IT PfM Process

Notice Date
6/19/2009
 
Notice Type
Sources Sought
 
NAICS
541519 — Other Computer Related Services
 
Contracting Office
Department of the Army, U. S. Army Materiel Command, U.S. Army TACOM Life Cycle Management Command - Rock Island, TACOM - Rock Island, ATTN: AMSTA-AQ-AR, Rock Island Arsenal, Rock Island, IL 61299-7630
 
ZIP Code
61299-7630
 
Solicitation Number
W52H090000000
 
Response Due
6/30/2009
 
Archive Date
8/29/2009
 
Point of Contact
TAMI LORD, 309-782-8564<br />
 
E-Mail Address
TACOM - Rock Island
(tami.lord@us.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a SOURCES SOUGHT NOTICE to determine the availability and capability of qualified small businesses (including certified 8(a), Small Disadvantaged, HUBZone firms; veteran and service-disabled veteran-owned small businesses, and women-owned small businesses). The NAICS Code is 541519. The small business size standard is 25M. 1. The Army Sustainment Command (ASC) has a need to manage their information technology (IT) investments, capitalizing upon best practices, emerging technology and common solutions using portfolio management (PfM). The ASC Information Management (IM) Directorate,G6 is developing a formal, structured, repeatable IT PfM Process that must be integrated with a solid foundation to include an Enterprise Architecture (EA) development and validation process. The Armys IT PfM Process will capitalize upon the Army Enterprise Architecture (AEA) as well as other existing architectures. 2. The Army IT PfM Process. The IT PfM methodology complies with the Office of Management and Budget (OMB) A-130 policy guidance, the DoDD 8115 series, and the Clinger-Cohen Act. These authorities require agencies to determine the following, before committing resources to any existing or new capital asset: "Whether the asset supports core mission functions. "Whether any other government or private entity can provide the service better. "Whether agency business processes have first been reengineered to provide optimal performance at the lowest cost. 3. Scope: This Performance Work Statement (PWS) sets forth the scope, deliverables, obligations, and responsibilities for Contractor support team for ASC PfM, requirements gathering and architecture. The following actions must be achieved at all levels: a. Perform IT requirements gathering and align with system capabilities. b. Perform IT portfolio reviews as part of the IT PfM process. c. Develop Architectures in accordance with AEA guidelines. d. Support IT PfM execution activities. 4. Description of Services: a. The Contractor shall develop and document procedures using program management methodology for implementation and sustainment of ASCs PfM proces b. The Contractor shall support ASCs Enterprise Architecture (EA) by providing DoDAF technical consulting and analytical services to the ASC functional team and the AMC architectural team as well as expert assessment of projects, proposals, EA alignment requests, technology or service insertions and the like with respect to their consistency with existing and planned systems or services. c. The Contractor shall assist ASC content owners and modelers in the development and documentation of DoDAF views, with overall program integration, and change control. d. The contractor shall document the current IT business processes of the ASC that will encompass the Army portfolio management domains and mission areas, such as acquisition, human resource management, logistics, and enterprise information environment. e. The contractor shall document proposed IT solutions that will support the current business processes with alternatives and suggestions that look to the future. f. Contractor shall provide task management, including cost, scheduling, performance, and reporting. g. Major systems supported will be ten or more (to include the legacy systems that are scheduled to be subsumed by DAs enterprise solutions being deployed. h. Architecture development will consist of not only system processes and interfaces, but the ASC network/IT infrastructure (including the seven Army Field Support Battalions (AFSBs)). 5. Skills Required: a. Familiarity with common Federal Enterprise Architecture (FEA) principles, concepts, terminology and procedures as well as some IT engineering knowledge. b. Understanding of Army and DoD logistics systems, as both technology and systems issues are considered in alignment analyses. c. The Contractor shall have the ability to analyze detailed IT requirements. d. Supports development of profile of the ASCs organization and operating business model to include contracting, technical, and support structures. e. Provides integration of systems analysis, cost estimation, resource development and management, milestones into assigned portfolio/project. f. Knowledge of portfolio management principles, processes and procedures. g. Knowledge in Chief Information Officer (CIO) program policies and procedures. h. Supports the Portfolio/Project Manager with planning and coordinating the ASC portfolio to include technical and administrative project methodology. i. Demonstrated knowledge of Enterprise Architecture including business architecture, technical architecture, transition strategies, standards and reference models. j. Experience in developing and integrating systems within an architectural framework. k. Experience in operational architecture (OA) performance requirements and methodologies for conducting valid user tests and architecture data certifications to support OA validation and decision making. l. Knowledge of DOD, Department of Army (DA) policies and procedures governing data management, architecture modeling and analysis, developments, materiel acquisition, and Army operations. m. Demonstrated and documented IT knowledge, skills, and expertise. n. Demonstrated and documented analytical skills and ability to analyze, evaluate, and engineer/architect business solutions and IT infrastructure. o. Familiarity with the AMC standard Architecture Tools (Metastorm Provision). p. Experience with architectural design using DODAF methodology. q. Knowledge of concepts and applications of DoD Net Centric Operations and Warfare (NCOW), Global Information Grid (GIG) and other DoD strategies. r. Basic understanding of Service-Oriented Architecture (SOA) concepts and strategies. s. Obtains, researches, and analyzes data and information from a variety of sources for new and emerging technologies and capabilities being developed. 6. Contractor personnel shall, at a minimum, have and maintain a Secret clearance at contract award, in accordance to DoD 5200.2R, Personnel Security Program, January 1987. The NAICS Code is 541512. The small business size standard is 25M. Interested small business offerors are encouraged to respond to this notice. However, be advised that generic capability statements are not sufficient for effective evaluation of respondents capacity and capability to perform the specific work as required. Response must directly demonstrate the companys capability, experience, and/or ability to marshal resources to effectively and efficiently perform the requirement as described above in sufficient level of detail to allow definitive numerical evaluation; and evidence that the contractor can satisfy the minimum requirements listed above in compliance with FAR 52.219-14 (Limitations of Subcontracting). Failure to definitively address each aspect of the requirement will result in a finding that respondent lacks capability to perform the work. Responses to this notice shall be limited to ten pages, and must include: 1. Company name, mailing address, e-mail address, telephone and FAX numbers, website address (if available), and the name, telephone number, and e-mail address of a point of contact having the authority and knowledge to clarify responses with Government representatives. 2. Name, title, telephone number, and e-mail addresses of individuals who can verify the demonstrated capabilities identified in the responses. 3. Business size for NAICS XXXX (size standard $ or number of employees) and status, if qualified as an 8(a) firm (must be certified by SBA), Small Disadvantaged Business (must be certified by SBA), Woman-Owned Small Business, HUBZone firm (must be certified by SBA), and/or Service-Disabled Veteran-Owned Small Business (must be listed in the VetBiz Vendor Information Pages). 4. DUNS number, CAGE Code, Tax Identification Number, and company structure (Corporation, LLC, partnership, joint venture, etc.). Companies also must be registered in the Central Contractor Registry (CCR, at www.ccr.gov) to be considered as potential sources. 5. Identification of the firm's Government (Army CHESS, GSA Schedule, etc.) contract(s) by Schedule number and contract number and SINs that are applicable to this potential requirement are also requested. 6. If the company has a Government approved accounting system, please identify the agency that approved the system.Please submit copies of any documentation such as letters or certificates to indicate the firms status (see item #3, above). Teaming arrangements are acceptable, and the information required above on the company responding to this announcement, should also be provided for each entity expected to be teammates of the respondent for performance of this work. To the maximum extent possible, please submit non-proprietary information. Any proprietary information submitted should be identified as such and will be properly protected from disclosure. This notice is for planning purposes only, and does not constitute an Invitation for Bids, a Request for Proposals, a Solicitation, a Request for Quotes, or an indication the Government will contract for the items contained in this announcement. This request is not to be construed as a commitment on the part of the Government to award a contract, nor does the Government intend to pay for any information submitted as a result of this request. The Government will not reimburse respondents for any cost associated with submission of the information being requested or reimburse expenses incurred to interested parties for responses to this announcement. The government is interested in comments on the Statement of Work. Responses to this announcement will not be returned, nor will there be any ensuing discussions or debriefings of any responses. However, information obtained as a result of this announcement may be reflected in the subsequent solicitation, and ASC may contact one or more respondents for clarifications and to enhance the Governments understanding. This announcement is Government market research, and may result in revisions in both its requirements and its acquisition strategy based on industry responses. STATEMENT OF WORK COMMENTS SHOULD BE PROVIDED SEPARATELY FROM THE CAPABILITY STATEMENTS. RESPONDENTS MUST SUBMIT CAPABILITY STATEMENT AND STATEMENT OF WORK COMMENTS VIA E-MAIL to val.b.hansen@us.army.mil no later than June 30, 2009 4:00 PM Central Time for consideration.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/USAMC/DAAE20/W52H090000000/listing.html)
 
Place of Performance
Address: TACOM - Rock Island ATTN: AMSTA-AQ-AR, Rock Island Arsenal Rock Island IL<br />
Zip Code: 61299-7630<br />
 
Record
SN01851222-W 20090621/090620000630-c8881154228e662b4706072b4c37dbd2 (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.