|
COMMERCE BUSINESS DAILY ISSUE OF NOVEMBER 2,1999 PSA#2467U.S. Army Communications-Electronics Command Acquisition Center --
Washington Operations Office, 2461 Eisenhower Ave., Alexandria, VA
22331-0700 70 -- REQUIREMENTS INCLUDE HARDWARE, SOFTWARE, SITE SURVEYS, SYSTEM
INTEGRATION, AND FACILITY PREPARATION, INSTALLATION, TESTING, DATA
DELIVERABLES, AND TECHNICAL, SUSTAINABILITY, AND MANAGEMENT SUPPORT OF
THE DALIMS SITES. SOL DAAB15-00-R-1004 DUE 120399 POC Mr. Richard
Sturgis, (703) 325-6068, Mrs. Mary Byrd, (703) 325-1714 WEB: Army
Business Opportunities Page, http://abop.monmouth.army.mil. E-MAIL:
CECOM Acquisition Center -- Washington (CAC-W),
mbyrd@hoffman-issaa2.army.mil. The purpose of this announcement is to
request comments from industry on the technical requirements and
acquisition strategy for the Army's pending Defense Acquisition
Logistics Information Management System (DALIMS) acquisition. This
acquisition is the successor to the Joint Computer-Aided Acquisition
and Logistics Support (JCALS) program. It includes deployment and
support of Joint Technical Manual (JTM) and non-JTM sites. Requirements
include hardware, software, site surveys, system integration, and
facility preparation, installation, testing, data deliverables, and
technical, sustainability, and management support of the DALIMS sites.
The DALIMS system includes COTS infrastructure and Government-owned
(or licensed) applications which include, but are not limited to, the
JTM application, Global Data Management System (GDMS), Workflow
Manager, Reference Library, PC Client, Data Communications Network
Management, User Interface, and Security. Performance requirements for
the products required to be delivered have been posted to the CECOM
Acquisition Center Interagency Business Opportunities Page (BOP), under
the Solicitation Number: DAAB15-00-R-1004, in a document called
PERF-REQ.PDF. However, the Government anticipates limiting servers and
associated components to HP, DEC, Sun, and Intel based servers running
Microsoft Windows NT. The DALIMS contract will be available to
Department of Defense (DoD) and non-DoD users located in CONUS and
OCONUS sites, although ordering will be centralized. The contractor
must be able to determine standard system configurations and advanced
concepts of operations in order to achieve functional process
improvement in selected business areas. The contractor shall identify,
document and use the most economical, efficient and effective means of
deploying the system and advance concepts through replication of
successfully demonstrated and documented capabilities. The DALIMS
contractor will be required to cooperate with incumbent contractors,
such as Computer Sciences Corporation, to meet program objectives. For
example, the DALIMS contractor will be required to provide any data
and technical support that may be necessary to assure that JCALS
applications developed by CSC (or others) will execute on the platforms
provided by the DALIMS contractor, now and in the future. It is
anticipated that an estimated 350 sites, a mixture of CONUS and OCONUS
will be deployed under this acquisition. However, all of these sites
cannot be identified at this time. A partial list of known sites and
locations has been posted to the BOP, under the Solicitation Number:
DAAB15-00-R-1004, in a document called NEW-LOCS.XLS. In addition, a
list of sites and locations that have already been deployed is included
in this Excel spreadsheet. An Indefinite Delivery, Indefinite Quantity
(IDIQ) contract is anticipated for one year with four optional
ordering periods of one year each. The total contract life will not
exceed 5 years. The maximum value of the contract is estimated at
$500M. Offerors shall propose firm fixed-prices for hardware, software,
and training. Offerors shall propose a three-year warranty on major
components as a fixed percentage of the total value of the major
components ordered. After expiration of warranty, life cycle support
for a site shall be proposed as a fixed percentage of the hardware and
software installed at the site. Offerors shall propose fixed hourly
rates for each labor category proposed for site surveys, site
installation, facility preparation, system integration, and other
technical support. Miscellaneous installation components, such as
cables, shall be ordered as Other Direct Costs as a standard three
percent (3%) of the total value of the hardware ordered. A labor
category shall be proposed for management of each site-specific
delivery order, but not for overall program management. All non
site-specific program management activities, such as monthly reports,
shall be priced at a fixed hourly rate. The DALIMS source selection
will be based on best value. The Governmentwill specify site types,
sizes, and locations, and quantities of items and hours in the Cost
Model for evaluation of the total life cycle cost. Offerors will be
limited for the most part to proposing fixed prices, hourly rates, and
percentages. It is anticipated that the total life cycle cost will be
the most important evaluation factor. In preparation for the release
of the DALIMS Request for Proposal (RFP), the Government is seeking
comments from industry on the acquisition strategy discussed in this
announcement, the draft statement of work, the draft specifications,
and other technical data, which are being made available in conjunction
with this announcement. DALIMS Draft "Pre-Solicitation" documents
consisting of the Specifications (SPECS.PDF) and Statement of Work
(SOW.PDF), and pertinent Technical Data (TEC-DATA.PDF) are posted on
the CECOM Acquisition Center (CAC) Interagency Business Opportunities
Page (BOP) at http://abop.monmouth.army.mil. These documents are
downloadable and are posted to solicit comments as a "Request for
Information (RFI)" session. This RFI is identified on the BOP as
"DAAB15-00-R-1004, Pre-Solicitation". Comments in response to this RFI
are to be submitted via CAC-Washington (CAC-W) Web Site
http://128.190.157.111/. Procedures for electronically submitting
comments are provided at the CAC-W Web Site. At least Netscape
Navigator Version 2.01 or Microsoft Explorer Version 3.0 is required.
Vendor Name, Company Address, and Email Address must be entered before
the comment can be accepted electronically. Fields on the form apply
to both questions and comments. Click on "Mail To WebMaster" if you
have problems using this site or you may phone or email Mr. J Barry
Burneskis (703) 325-1712 or jburne@hoffman-issaa2.army.mil. Responses
are due not later than 30 days from the date this announcement is
published in the CBD. NOTE. Prospective offerors are alerted to the
pending release of a synopsis that will request information on the
availability and suitability of COTS software as replacements for some
of the components of the DALIMS infrastructure, such as the GDMS,
Workflow Manager, Reference Library, etc. See note 26***** Posted
10/29/99 (W-SN396425). (0302) Loren Data Corp. http://www.ld.com (SYN# 0191 19991102\70-0003.SOL)
70 - General Purpose ADP Equipment Software, Supplies and Support Eq. Index Page
|
|