SOURCES SOUGHT
R -- Operating and Support Management Information Systems (OSMIS)
- Notice Date
- 2/26/2020 1:05:54 PM
- Notice Type
- Sources Sought
- NAICS
- 541611
— Administrative Management and General Management Consulting Services
- Contracting Office
- W6QK ACC-APG ABERDEEN PROVING GROU MD 21005-5001 USA
- ZIP Code
- 21005-5001
- Solicitation Number
- W91CRB-20-R-0018
- Response Due
- 3/12/2020 8:00:00 PM
- Archive Date
- 03/27/2020
- Point of Contact
- Jan Scott, Phone: 4103062677
- E-Mail Address
-
jan.a.scott.ctr@mail.mil
(jan.a.scott.ctr@mail.mil)
- Description
- The Army Contracting Command - Aberdeen Proving Ground (ACC-APG) is issuing this sources sought synopsis on behalf of the Deputy Assistant Secretary of the Army as a means of conducting market research to identify parties having an interest in and the resources to support the Office of the Deputy Assistant Secretary of the Army for Cost and Economics (DASA-CE) to provide Operating and Support Management Information Systems (OSMIS) (the contractor will provide technical support services in the concentrated areas of Operations and Support�(O&S) costing; Database Management, Output Products and provide hosting services to CPP portal in support of the Office Assistant Secretary of the Army, Financial Management & Comptroller (ASA(FM&C)) and DASA-CE). CURRENT CONTRACT INFORMATION Contract Number: W91CRB-16-C-0054 Company: Calibre Systems, Inc. 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 information pertaining to this requirement. REQUIRED CAPABILITIES If your organization has the potential capacity to perform these contract services, please provide the following information: 1) Organization name, address, email address, Web site address, telephone number, and size and type of ownership for the organization; and 2) Tailored capability statements addressing the particulars of this effort, with appropriate documentation supporting claims of organizational and staff capability. If significant subcontracting or teaming is anticipated in order to deliver technical capability, organizations should address the administrative and management structure of such arrangements. 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. ELIGIBILITY The applicable NAICS code for this requirement is 541611 with a Small Business Size Standard of $ 14,000,000.00. 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. ADDITIONAL INFORMATION AND SUBMISSION DETAILS (CAPABILITIES STATEMENT) A draft Performance Work Statement (PWS) with a description of the OSMIS requirement is attached for review. 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. The deadline for response to this request is no later than 11:00AM EST, 02 March 2020. All responses under this Sources Sought Notice must be submitted via email only to jan.a.scott.ctr@mail.mil, with courtesy copy to the contracting officer at alexander.s.obriwin.civ@mail.mil. This documentation must address capabilities statements and include the following information: Vendor's business name, point of contact, address, CAGE code and DUNS number. Indication of the concern�s current certified business and socioeconomic status/category and small business size status specifically under NAICS code 541611 or alternate recommended NAICS code if the vendor believes an alternate NAICS code is applicable; this indication should be clearly marked on the first page of the capabilities statement. A statement or explanation of the company's background, technical expertise, experience, staffing, and other capabilities that demonstrate the company's ability to perform the required services identified in the PWS. Answers to the following questions:� 1.� Can the Contractor define the purpose of the Operating and Support Management Information Systems (OSMIS) Program? 2.� Is the Contractor able to explain how OSMIS requirements are defined, documented and delivered? 3.� Can the Contractor provide services up to the classification level of SECRET?� All Contractor employees performing work in support of the contract, shall as a minimum, possess a SECRET security level from the Defense Industrial Security Clearance Office. 4.� From a personnel resource stance, does your company have sufficient human capital assets in the area of business process transformation to support a project of this size and scope? 5.� Does your company have a current approved DCAA Cost and Accounting System? 6.� Does your company believe a different NAICS code should be considered for this PWS?� If so, please provide recommendations with supporting rationale. 7.� Does your company have interest as a prime or subcontractor? 8.� What contract type does your company believe would be the best fit for this requirement, based on the contents of the PWS? 9.� Which elements or proportions of the PWS would your company subcontract rather than perform with your own resources? 10. Does this Performance Work Statement (PWS) provide sufficient information for you to submit a proposal? If not, what additional information is required? 11. Are there any ambiguities that require clarification? 12. Are the standards of performance clear? 13. Are there additional standards that should be incorporated? 14. Is the vendor aware of any General Services Administration (GSA) Schedules or Government-wide Acquisition Contracts (GWACs) that could satisfy this requirement? 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. OSMIS Specific Questions: Must respond to all questions in order to allow Government evaluation of capability. 15. Describe a weapon systems data collection process to include all relevant data types and identify work steps required to fully-automate data transfer to provide the most economical and efficient approach. (Draft PWS Task 5.1.2) 16. Describe a weapon systems data cleaning and processing procedure identifying all relevant Army data sources to include ERPs as appropriate that will enable data to be reported to near real-time.� (Draft PWS Task 5.2.2) 17. Describes the work steps required to identify, formalize, and execute weapon system data mapping for data from all of the Army ERPs to include the development of any allocation techniques and the integration of usage, wholesale demand, and force structure. (Draft PWS Task 5.3.2) 18. Describe an approach to publishing Army operating and sustainment cost data, force structure, weapon system information, usage, price & credit, maintenance, and contractor logistic support on the site in the appropriate format for visualization and file sharing. (Draft PWS Task 5.4.3) 19. Describe an approach to develop Army cost factors for supply class II, III, IV, and IX equipment in support of the PPBE process for the Army Working Capital Fund Requirement Review Group. (Draft PWS Task 5.6.8) 20. Define the work steps required to analyze cost factors at operational theater level analysis and validation of environmental factors used in the IDA model, develop methodology for environmental factors and submit for review and approval, analysis of other factors used in the IDA model such as OPTEMPO, fuel consumption and analysis to identify TPE vs. unit owned equipment. (Draft PWS Task 5.6.14) Your response to this Sources Sought, including any capabilities statement, shall be electronically submitted to the Purchasing Agent, Jan Scott, in either Microsoft Word or Portable Document Format (PDF), submitted via email only to jan.a.scott.ctr@mail.mil, with courtesy copy to the contracting officer at alexander.s.obriwin.civ@mail.mil.. 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.� Phone calls or faxes will not be accepted in response to this notice. All questions must be submitted to the purchasing agent 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
-
SAM.gov Permalink
(https://beta.sam.gov/opp/d4f943542726405d8f100520b0ea5eba/view)
- Record
- SN05573516-F 20200228/200226230259 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |