Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF NOVEMBER 2,1999 PSA#2467

U.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