SOLICITATION NOTICE
D -- Warehouse, shipping support, and sustainment services for the Software Engineering Center-Lee (SEC Lee) Hardware Software Integration Facility (HSIF)
- Notice Date
- 7/2/2012
- Notice Type
- Presolicitation
- NAICS
- 541519
— Other Computer Related Services
- Contracting Office
- ACC-APG - Aberdeen Division B, HQ CECOM CONTRACTING CENTER, 6001 COMBAT DRIVE, ABERDEEN PROVING GROU, MD 21005-1846
- ZIP Code
- 21005-1846
- Solicitation Number
- W15P7TRC936
- Response Due
- 7/15/2012
- Archive Date
- 9/13/2012
- Point of Contact
- Jared Dawson, 443-861-4863
- E-Mail Address
-
ACC-APG - Aberdeen Division B
(jared.dawson1.civ@mail.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- The Government anticipates an estimated $8.0 Million contract, consisting of one (1) twelve (12) month base period and two (2) 12 month option periods, for Contractor-provided services in support of the Software Engineering Center-Lee (SEC Lee) Hardware Software Integration Facility (HSIF). The majority of the Contract Line Items will be on a Cost-Plus-Fixed-Fee Term(Labor Services) and Cost "no fee"(ODCs/Travel/Materials) basis. Contract Line Items on the basis of Firm Fixed Price and/or Cost-Plus-Fixed-Fee completion may be utilized for Contractor Manpower Reporting and Phase-In requirements. The Hardware Software Integration Facility provides a full suite of functional and technical capabilities necessary to execute the following actions in support of fielding/sustainment of SEC-LEE and outside customers managed product lines: maintenance and utilization of the Warehouse Management System (WMS) for equipment receipt, equipment shipping, equipment storage and inventory control, Property Book maintenance and use for transfers of equipment, hardware testing, integration, configuration control, diagnostic testing, and component replacement of computer hardware and peripherals, software loading, functional testing, application of software patches and security updates, system/component accountability, packing and shipping, media reproduction and distribution. The support contract shall provide the appropriate level of qualified and trained personnel in order to meet mission requirements and work load assigned to the administration, warehouse and integration lab. Contractor shall provide support for the following systems but are not limited to : o Global Combat Support Systems-Army (GCSS-Army) Family of Systems o Movement Tracking Systems (MTS) o PD TIS Transportation Information Systems (TC-AIMS) o Tactical Logistics Systems (TLS) o Standard Army Ammunition System-Modernization (SAAS-MOD) o Standard Army Maintenance System Level-Installation Table of Distribution and Allowances (SAMS-I TDA) o Standard Army Maintenance System Level-1 Rehost (SAMS-1 Rehost) o Standard Army Maintenance System-Enhanced (SAMS-E) o Standard Army Retail Level System-1 (SARSS-1) o Standard Army Retail Level System-2AC/2B (SARSS-2AC/2B) o Standard Army Retail Level System-Gateway (SARSS-GW) o Standard Army Retail Level System-Radio Frequency Identification (SARSS-RFID) o Unit Level Logistics System-Air-Enhanced (ULLS-A (E)) o Unit Level Logistics System-Ground (ULLS-G) o Property Book Unit Supply-Enhanced (PBUSE) o Unit Level Logistics System-S4 (ULLS-S4) (Incorporated within PBUSE) o Financial Management Tactical Platform (FMTP) All work shall be completed at Government Furnished Facility located at 2101 Bermuda Hundred Rd, Chester, VA 23836-1320, and any location to be established in the future for support of SEC- Lee TLD. The Government anticipates this requirement will result in the release of a solicitation totally set-aside for Small Business concerns. The North American Industry Classification System (NAICS) Code for this requirement is 541519. In order to be determined a small business concern under NAICS 541519, a business must not have more than an average of $25 million in annual receipts as defined in 13 C.F.R. 121.104. If a responsible small business concern is unable to perform all of the requirements identified in the solicitation that we anticipate releasing, they are encouraged to team/partner with businesses that are capable of performing the requirements that they are not capable of providing. In accordance with FAR 52.219-14, Limitations of Subcontracting, under a total small business set-aside, at least 50 percent of the cost of contract performance incurred for personnel shall be expended for employees of the small business concern. All contractors will be required to be in compliance with DFARS 252.239-7001, Information Assurance Contractor Training and Certification. Contractors shall ensure that personnel accessing information systems have the proper and current information assurance certification to perform any information assurance or privileged access functions in accordance with DoD 8570.01-M, Information Assurance Workforce Improvement Program before they access or are granted access to any Army or DoD information technology resource, mission application, or computing system. All Contractor personnel shall complete annual information assurance awareness training and security training and maintain a record of that training in the Total Employee Development (TED) system and Army Training and Certification Tracking System (ATCTS). All contractors will be required to ensure that all of their personnel working this task order complete all ongoing and mandated traditional security, file management, information assurance training to include computing environment training and certification and operational security training. The current contract/task order is W91QUZ-06-D-0016 BG02. The incumbent is Science Applications International Corporation (SAIC). The Service Contract Act is applicable. This synopsis is provided for informational purposes and is not to be considered a request for proposal. However, all responsible sources may submit a proposal, which shall be considered by the agency when the final RFP is posted. Solicitation Number W15P7T-12-R-C936 is assigned for reference purposes. The United States Army Contracting Command - Aberdeen Proving Ground (ACC-APG) has established the Federal Business Opportunities (FEDBIZOPPS) website as part of the Army's Single Face to Industry, to allow electronic posting of Solicitation for Request for Proposals (RFP) Request for Quotations (RFQ) and Invitation for Bids (IFB) from Industry. All parties interested in doing business with The United States Army Contracting Command, are invited to access, operate, send and receive information from the FEDBIZOPPS at https://www.fbo.gov/. A pre-solicitation conference is not planned. A draft solicitation will be posted. Questions and or concerns regarding this synopsis shall be directed to Mr. Jared Dawson, Contract Specialist, via email jared.dawson1.civ@mail.mil. Any questions must be presented to the Contract Specialist via e-mail no later than 10 July 2012.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/536c4b77c091bd45aa09a149954afdfd)
- Place of Performance
- Address: Hardware Software Integration Facility 2101 Bermuda Hundred Rd. Chester VA
- Zip Code: 23836-1320
- Zip Code: 23836-1320
- Record
- SN02791786-W 20120704/120702234739-536c4b77c091bd45aa09a149954afdfd (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 |