MODIFICATION
R -- Chemical Accountability Management Information Network (CAMIN) - Draft PWS CAMIN 12 Oct 2018
- Notice Date
- 10/12/2018
- Notice Type
- Modification/Amendment
- NAICS
- 518210
— Data Processing, Hosting, and Related Services
- Contracting Office
- Department of the Army, Army Contracting Command, ACC - APG (W911SR) Edgewood, 8456 Brigade Street, Building E4215, Aberdeen Proving Ground, Maryland, 21010-5401, United States
- ZIP Code
- 21010-5401
- Solicitation Number
- W911SR-19-RRFICAMIN
- Archive Date
- 11/6/2018
- Point of Contact
- Sheila Ramos, , LaVetta D. Wynn-Smith,
- E-Mail Address
-
sheila.l.ramos2.civ@mail.mil, lavetta.d.wynn-smith.civ@mail.mil
(sheila.l.ramos2.civ@mail.mil, lavetta.d.wynn-smith.civ@mail.mil)
- Small Business Set-Aside
- N/A
- Description
- Draft PWS for Chemical Accountability Management Information Network (CAMIN). INTRODUCTION The Army Contracting Command Aberdeen Proving Ground (ACC-APG) Edgewood Division, 8456 Brigade Street, APG MD 21010 is issuing this sources sought as a means of conducting market research to identify parties having an interest in and the resources to support the need for technical services related to the operation and maintenance of the Chemical Accountability Management Information Network (CAMIN), an oracle database, that provides the Management Information System tool necessary to maintain inventory accountability of toxic chemical munitions and bulk agent. The intention is to procure these services on a competitive basis. BASED ON THE RESPONSES TO THIS SOURCES SOUGHT NOTICE/MARKET RESEARCH, THIS REQUIREMENT MAY BE SET-ASIDE FOR SMALL BUSINESSES (IN FULL OR IN PART) OR PROCURED THROUGH FULL AND OPEN COMPETITION. All Small Business Set-Aside categories will be considered. Telephone inquiries will not be accepted or acknowledged, and no feedback or evaluations will be provided to companies regarding their submissions. PLACE OF PERFORMANCE Location Aberdeen Proving Ground Edgewood Area, Contractor Location, Redstone Arsenal, Alabama 85% On-Site Government; 10% Off-Site Contractor; 5% Off-Site Government DISCLAIMER "THIS SOURCES SOUGHT IS FOR INFORMATIONAL PURPOSES ONLY. THIS IS NOT A "REQUEST FOR PROPOSAL (RFP)" TO BE SUBMITTED. IT DOES NOT CONSTITUTE A SOLICITATION AND SHALL NOT BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT. RESPONSES IN ANY FORM ARE NOT OFFERS AND THE GOVERNMENT IS UNDER NO OBLIGATION TO AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCEMENT. NO FUNDS ARE AVAILABLE TO PAY FOR PREPARATION OF RESPONSES TO THIS ANNOUNCEMENT. ANY INFORMATION SUBMITTED BY RESPONDENTS TO THIS TECHNICAL DESCRIPTION IS STRICTLY VOLUNTARY. RESPONSES WILL NOT BE RETURNED TO THE RESPONDER. NOT RESPONDING TO THIS NOTICE DOES NOT PRECLUDE PARTICIPATION IN ANY FUTURE REQUEST FOR QUOTE (RFQ) OR INVITATION FOR BID (IFB) OR RFP, IF ANY ISSUED. IF A SOLICITATION IS RELEASED, IT WILL BE SYNOPSIZED ON THE GOVERNMENT-WIDE POINT OF ENTRY (GPE). IT IS THE RESPONSIBILITY OF POTENTIAL OFFERORS TO MONITOR THE GPE FOR ADDITIONAL INFORMMATION PERTAINING TO THIS REQUIREMENT." PROGRAM BACKGROUND The Chemical Materials Activity (CMA), Stockpile Management Office (SMO) is designated as the National Inventory Control Point (NICP) for maintaining inventory accountability of chemical munitions. In accordance with (IAW) Department of Defense, Department of the Army, Army Material Command (DoD/DA/AMC) regulations and to store Chemical Weapons Convention (CWC) reporting data and generate documentation in formats described in the CWC. The CAMIN database was developed for the U.S. Army, and it's Executive Agent for Chemical Treaty Compliance (EA- CTC). Establishing this contract will support the Center for Treaty Implementation and Compliance (formerly the Executive Agent for Chemical Treaty Compliance) in maintaining chemical treaty requirements and the SMO in maintaining inventory accountability of chemical munitions in storage. CMA is conducting market research to identify businesses with demonstrated capabilities equal to or similar to providing staff support to operate and maintain the CAMIN website in addition to the maintenance of all required hardware and software. The CAMIN database was developed for the U.S. Army, and it's Executive Agent for Chemical Treaty Compliance (EA-CTC) and is critical for stockpile accountability. REQUIRED CAPABILITIES: The Contractor shall provide the following services in support of the areas specified in Program Background (above). Further detail is provided in the draft Performance Work Statement (PWS) attached to this announcement (Attachment 1). a. The necessary staffing and expertise to participate in meetings, respond to agenda requirements, develop and provide briefings on status and alternative courses of action. b. The necessary knowledge of Army requirements for accountability and CWC data reporting, documentation and formatting requirements. c. The necessary staffing and expertise to serve as System Administrators and Software Engineers that, at a minimum, have Sun training and Information Assurance Security Officer (IASO) Level II certifications to work on a central server cluster. d. The necessary staffing and expertise on products such as Sun Solaris, Cluster, and Java; which are tools used to manage the Microsystems of a computer programs or specified systems. e. The necessary staffing and expertise in Automated Data Processing (ADP) marketplace in order to make recommendations regarding hardware and software purchases. Examples of skills and experience related to this request include: a. Educational background in System Administration and/or Software Engineering. b. Additional background, education, and/or training in Sun Solaris, Cluster, Java and ADP. ADDITIONAL INFORMATION AND SUBMISSION DETAILS (CAPABILITIES STATEMENT) The ability to support all aspects of chemical weapons accountability management conducted at CMA, including, but not limited to, the following: a. Provide normal user support and assistance to CMA, Stockpile Management Office (SMO) and the National Inventory Control Point (NICP), along with 24/7 emergency user support both to and in the absence of the SMO. b. Provide troubleshoot and corrective action support for Oracle, Oracle Reports, and UNIX/Solaris, ensuring software is updated and available. c. Provide classroom training, user manuals and training materials to CAMIN users pertinent to their mission areas, storage sites, destruction facilities, and treaty community. d. Operate and maintain full documentation of web site configuration ensuring site is updated and improved to comply with AMC Section 508 Web Accessibility Guidelines. Also ensure that the CAMIN Web Site and future hardware purchases remain public key enabled and can accept and process digital certificates to perform one or more security functions such as user authentication, digital signature or encryption. e. Review and analyze information related to the CAMIM website to ensure and maintain confidentiality, non-repudiation, authenticity, and integrity of this information. f. Provide support to the DoD Information Certification and Accreditation Process (DIACAP) effort in accordance with DoD Instruction 8510.01. Support shall consist of assistance in the preparation of the System Security Authorization Agreement (SSAA) to include documentation of the system identification, description, architecture, and determination of system security requirements as part of the registration process in the DIACAP definition phase. g. The contractor shall be knowledgeable on response procedures relating to Information Assurance Vulnerability Alerts (IAVAs) from the United States Cyber Command, and the Vulnerability Management System (VMS). The Government will evaluate market information to ascertain potential market capacity to: 1) provide services consistent, in scope and scale, with those described in this notice and otherwise anticipated; 2) secure and apply the full range of corporate financial, human capital, and technical resources required to successfully perform similar requirements; 3) implement a successful project management plan that includes: compliance with tight program schedules; cost containment; meeting and tracking performance; hiring and retention of key personnel and risk mitigation; and 4) provide services under a performance based service acquisition contract. All positions related to the service may be on-site or at contractor site during the period of performance. Government Furnished Property that holds information about the Chemical Weapons Stockpile will be provided. ELIGIBILITY The applicable NAICS code for this requirement is 518210 with a Small Business Size Standard of $32.5 Million Dollars. The Product Service Code is R499 Businesses of all sizes are encouraged to respond; however, each respondent must clearly identify their business size in their capabilities statement. Interested parties are requested to submit a capabilities statement of no more than ten (10) pages in length in Times New Roman font of not less than 10 pitch. All responses to the Sources Sought notice, including the capabilities statement, shall be submitted to the Contract Specialist,Sheila Ramos, in Portable Document Format (PDF), via email sheila.l.ramos2.civ@mail.mil.The deadline for response to this request is no later than 2 pm, EST, 22 October 2018. This documentation must address at a minimum the following items: 1.) What type of work has your company performed in the past in support of the same or similar requirement? 2.) Can or has your company managed a task of this nature? If so, please provide details. 3.) What specific technical skills does your company possess which ensure capability to perform the tasks? 4.) Please note that under a Small-Business Set-Aside, in accordance with FAR 52.219-14, the small business prime must perform at least 50% of the work themselves in terms of the cost of performance. Provide an explanation of your company's ability to perform at least 50% of the tasking described in this PWS for the base period as well as the option periods. 5.) Provide a statement including current small/large business status and company profile to include number of employees, annual revenue history, office locations, DUNs number, etc. 6.) Respondents to this notice also must indicate whether they qualify as a Small, Small Disadvantaged, Women-Owned, HUBZone, or Service Disabled Veteran-Owned Small Business Concern. 7.) Include in your response your ability to meet the requirements in the Facility and Safeguarding requirements. The estimated period of performance consists of base year plus 4 options with performance commencing in January 2019. Specifics regarding the number of option periods will be provided in the solicitation. The contract type is anticipated to be FIRM FIXED. Upon evaluation of the capability statements, if it is determined that this requirement will be an unrestricted competition, the Government intends to evaluate the Small-Business responses and conduct further market research to identify a subcontracting goal. All data received in response to this Sources Sought that is marked or designated as corporate or proprietary will be fully protected from any release outside the Government. No phone calls will be accepted. All questions must be submitted to the contract specialist identified above. The Government is not committed nor obligated to pay for the information provided, and no basis for claims against the Government shall arise as a result of a response to this Sources Sought.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/46158c38d73a00d602e53486255842ba)
- Place of Performance
- Address: Aberdeen Proving Ground - Edgewood Area, Contractor Location, Redstone Arsenal Alabama, United States
- Record
- SN05122291-W 20181014/181012230457-46158c38d73a00d602e53486255842ba (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 |