Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 31, 2014 FBO #4632
SOLICITATION NOTICE

D -- DEAMS Development Final Phasse - Synopsis/Solicitation

Notice Date
7/29/2014
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541519 — Other Computer Related Services
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, AFLCMC/HIK - WPAFB, 4225 Logistics Avenue, Wright Patterson AFB, Ohio, 45433, United States
 
ZIP Code
45433
 
Solicitation Number
FA8770-14-C-0509
 
Archive Date
8/29/2014
 
Point of Contact
Lance S. Sorensen, Phone: 9376560148, Richard G. Osterland, Phone: 9379042075
 
E-Mail Address
lance.sorensen@us.af.mil, richard.osterland@us.af.mil
(lance.sorensen@us.af.mil, richard.osterland@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Justification and Approval (J&A) System Requirements Document (SRD) Organizational Conflict of Interest (OCI) Quality Assurance Surveillance Plan (QASP) Contract Data Requirement List (CDRL) Performance Work Statement Request for Proposal Letter Model Contract DESCRIPTION: COMBINED SYNOPSIS/SOLICITATION This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in the Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; it is the Government's intention to award a new contract to Accenture Federal Services, LLC (Accenture) to maintain the Defense Enterprise Accounting and Management System (DEAMS) program and support services. The Government reserves the right to forego contract award. The proposed contract action is for supplies or services for which the Government intends to solicit and negotiate with only one source, Accenture Federal Services, under authority of FAR 6.302. Interested persons may identify their interest and capability to respond to the requirement or submit proposals. This notice of intent is not a request for competitive proposals. The associated NAICS code is 541519, Dollar: $25,000,000.00. The CLIN structure for the following requirement is listed below: CLIN Description CLIN Type Period of Performance 0001 Enterprise Support Services FFP 1 November 2014 - 31 October 2015 0002 Release 4 Design FFP 1 November 2014 - 31 December 2015 0003 Release 4 Build/Test FFP 1 January 2015 - 30 September 2015 0004 Release 5 Design FFP 1 November 2014 - 31 December 2015 0005 Release 5 Build/Test FFP 1 January 2015 - 30 September 2015 0006 Release 6 Design FFP 1 January 2015 - 31 May 2015 0007 Release 6 Build/Test FFP 1 June 2015 - 31 January 2016 0008 Release 7 Design FFP 31 October 2015 - 31 December 2015 0009 Release 7 Build/Test FFP 1 January 2016 - 31 August 2016 0010 Blueprinting FFP 1 November 2014 - 31 October 2015 0011 Post Production Support FFP 1 November 2014 - 31 October 2015 0012 Data Center Support FFP 1 November 2014 - 31 October 2015 0013 Training Environment Maintenance FFP 1 November 2014 - 31 October 2015 0014 Transition Activities FFP 1 November 2014 - 31 October 2015 0015 System Engineering & Architecture (Incl SA) FFP 1 November 2014 - 31 October 2015 0016 Program Management FFP 1 November 2014 - 31 October 2015 0017 Deployment Support FFP 1 November 2014 - 31 October 2015 0018 Design Change Rework FFP 1 November 2014 - 31 October 2015 0019 Studies & Analysis FFP 1 November 2014 - 31 October 2015 0020 Other Direct Costs FFP 1 November 2014 - 31 October 2015 0021 Maintenance FFP 1 November 2014 - 31 October 2015 0022 Data- Not Separately Priced (NSP) FFP 1 November 2014 - 31 October 2015 1001 Enterprise Support Services FFP 1 November 2015 - 31 October 2016 1010 Blueprinting FFP 1 November 2015 - 31 October 2016 1011 Post Production Support FFP 1 November 2015 - 31 October 2016 1012 Data Center Support FFP 1 November 2015 - 31 October 2016 1013 Training Environment Maintenance FFP 1 November 2015 - 31 October 2016 1014 Transition Activities FFP 1 November 2015 - 31 October 2016 1015 System Engineering & Architecture (Incl SA) FFP 1 November 2015 - 31 October 2016 1016 Program Management FFP 1 November 2015 - 31 October 2016 1017 Deployment Support FFP 1 November 2015 - 31 October 2016 1018 Design Change Rework FFP 1 November 2015 - 31 October 2016 1019 Studies & Analysis FFP 1 November 2015 - 31 October 2016 1020 Other Direct Costs FFP 1 November 2015 - 31 October 2016 1021 Maintenance FFP 1 November 2015 - 31 October 2016 1022 Data- Not Separately Priced (NSP) FFP 1 November 2015 - 31 October 2016 2001 Enterprise Support Services FFP 1 November 2016 - 30 April 2017 2010 Blueprinting FFP 1 November 2016 - 30 April 2017 2011 Post Production Support FFP 1 November 2016 - 30 April 2017 2012 Data Center Support FFP 1 November 2016 - 30 April 2017 2013 Training Environment Maintenance FFP 1 November 2016 - 30 April 2017 2014 Transition Activities FFP 1 November 2016 - 30 April 2017 2015 System Engineering & Architecture (Incl SA) FFP 1 November 2016 - 30 April 2017 2016 Program Management FFP 1 November 2016 - 30 April 2017 2017 Deployment Support FFP 1 November 2016 - 30 April 2017 2018 Design Change Rework FFP 1 November 2016 - 30 April 2017 2019 Studies & Analysis FFP 1 November 2016 - 30 April 2017 2020 Other Direct Costs FFP 1 November 2016 - 30 April 2017 2021 Maintenance FFP 1 November 2016 - 30 April 2017 2022 Data- Not Separately Priced (NSP) FFP 1 November 2016 - 30 April 2017 52.212-3, Offeror Representations and Certifications - Commercial Items. If offeror has completed the annual representations and certificates electronically via https://www.acquisition.gov, offeror shall complete and submit only paragraphs 52.212-3(b), Offeror Representations and Certifications--Commercial Items, (below) with the offer. (1) Annual Representations and Certifications. Any changes provided by the offeror in paragraph (b)(2) of this provision do not automatically change the representations and certifications posted on the Online Representations and Certifications Application (ORCA) website. (2) The offeror has completed the annual representations and certifications electronically via the ORCA website accessed through https://www.acquisition.gov. After reviewing the ORCA database information, the offeror verifies by submission of this offer that the representation and certifications currently posted electronically at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items, have been entered or updated in the last 12 months, are current, accurate, complete, and applicable to this solicitation (including the business size standard applicable to the NAICS code referenced for this solicitation), as of the date of this offer and are incorporated in this offer by reference (see FAR 4.1201), except for paragraphs ____________. [Offeror to identify the applicable paragraphs at (c) through (o) of this provision that the offeror has completed for the purposes of this solicitation only, if any. These amended representation(s) and/or certification(s) are also incorporated in this offer and are current, accurate, and complete as of the date of this offer. Any changes provided by the offeror are applicable to this solicitation only, and do not result in an update to the representations and certifications posted electronically on ORCA.] If an offeror has not completed the annual representations and certificates electronically at the ORCA website, the offeror shall complete and submit only paragraphs 52.212-3 (c) through (o). The clause at 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition. The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes Or Executive Orders -- Commercial Items, applies to this acquisition. Discretionary use of FAR provisions and clauses. The contracting officer may include in solicitations and contracts by addendum other FAR provisions and clauses when their use is consistent with the limitations contained in FAR 12.302. Anticipated Award Date is: 1 November 2014 Ms. Jill Willingham-Allenhas been appointed as AFLCMC/HI Ombudsman. The purpose of the Ombudsman is to communicate contractor concerns, issues, disagreements, and recommendations to the appropriate government personnel. The Ombudsman does not participate in the preparation of solicitations, evaluation of proposals or source selection process and does not diminish the authority of the contracting officer. Any questions or concerns about this solicitation should first be directed to the buyer at the e-mail address or phone number listed below or you contact the Ombudsman at (937) 255-5472 or via email at: Jill.Willinghamallen@us.af.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/MSG/FA8770-14-C-0509/listing.html)
 
Place of Performance
Address: Wright Patterson AFB, AFLCMC/HIQK, BLDG 262, ROOM A208, 4225 Logistics Ave, WPAFB, Ohio, 45433-5769, United States
Zip Code: 45433-5769
 
Record
SN03441240-W 20140731/140729234850-1175df08937419efaf88a06371f5f5c1 (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.