COMMERCE BUSINESS DAILY ISSUE OF MAY 18, 2001 PSA #2854
SOLICITATIONS
R -- PROJECT MANAGEMENT SERVICES TO PROTOTYPE EE-3
- Notice Date
- May 16, 2001
- Contracting Office
- TRADOC Acquisition Center-Leavenworth, 600 Thomas Avene, Fort Leavenworth, KS 66027-1399
- ZIP Code
- 66027-1399
- Solicitation Number
- DABT65-01-T-0002
- Response Due
- June 1, 2001
- Point of Contact
- MAJ Norman Solomon, Contract Administrator, or Ruth Kenton, Contracting Officer, 913-684-2971
- E-Mail Address
- Click here to contact the Contract Administrator or (solomonn@leavenworth.army.mil or kentonr@leavenworth.army.mil)
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The solicitation number is DABT65-01-T-0002 and is issued as a request for proposals. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 97-26. This acquisition is 100% set aside for small business under NAICS code 541611 which has a small business size standard of $5 million. Proposals will be based on the following statement of work and provide the following information: CLIN 0001: Labor to perform task 3.1. _______ hrs @ $__________/hr. CLIN 0002: Labor to perform task 3.2 _______ hrs @ $___________/hr. CLIN 0003: Labor to perform task 3.3 _______ hrs @ $__________/hr. CLIN 0004: Travel. This will be a cost reimbursable item and all travel will be in accordance with the Joint Travel Regulation (JTR). Contractor will be required to provide documentation for travel when submitting an invoice. STATEMENT OF WORK: 1.0 SCOPE: The purpose of this requirement is to obtain support for expert technical advice and project oversight to assist the Defense Information Technology Testbed (DITT) in executing a prototype(s) based upon the work outlined in the DITT report "Functional and System Use Cases for Records Management Environment". The goal of the prototyping is to evaluate and document the reasonableness and completeness of the proposed functional and systems design requirements outlined in the report and to document these for use by other DoD organizations. 2.0 BACKGROUND: The purpose of the DITT is to provide an environment that establishes, tests and then makes available the documentation and in some instances the commercial and semi-commercial products and integrated systems that move the Department of Defense towards the goals established under the Assistant Secretary of Defense (Command, Control, Communications, and Intelligence) Records Management program. The DITT functions primarily by using the mission environment of the Army's Center for Army Lessons Learned (CALL) and partnerships wherever possible with other services, the Joint community, the National Archives and partners in the academic and business sectors. DITT Phase I will establish a base-line foundation for a large-scale operational prototype that manages objects regardless of their makeup, composition or multimedia parts and repository and test bed using commercially available hardware and software. The base-line system is intended to support the future implementation of a records management pilot system for the office environment, with design vectored towards the next phase to integrate with the CALL Database (Distributed Research Library) and support workflow to populate the CALL DB (DRL). The DRL provides on-line expertise and knowledge sets tailored to meet the requirements of Joint and Service leaders in the field as they prepare for and conduct operations. It also provides authoritative open source material to analysts and planners charged with preparing assessments on a range of security problems around the world. In split-based operations, conducted abroad but with direct support from out-of-theater, the Distributed Research Library projects knowledge to forces wherever they are deployed. The DRL is composed of raw sources in archives, products with value added in a library, extensive assessments of foreign security issues and links to other foreign assessment data, a variety of search engines, advanced tools, and a knowledge gateway that strives towards imposing the discipline of a research library on the chaos of the Internet. This approach will enable and support ready information exchange among its distributed libraries. The DRL is a multimedia system, aspiring to translate every known format in which knowledge is stored and communicated into digital objects available by way of a web browser. It includes tools for making this on-line knowledge interactive, for managing it as a record and according to the principles of library and archives science, for searching and retrieving it, for visualizing and mining it, for summarizing and parsing it, and for analysis. The DITT has drafted 16 use cases and 59 associated functional requirements that are believed to be necessary in order to implement a records management application as a component of an enterprise system within a mission environment. The report "Functional and System Use Cases for a Records Management Application Environment" utilized as its basis the DoD 5015.2 Design Criteria Standard for Records Management Software Application < http://jitc-emh.army.mil/recmgt/ index.htm >, Functional Baseline Requirements and Data Elements for Records Management Application Software < http://jitc-emh.army.mil/recmgt/index.htm > and the Department of Defense Data Architecture < http://www-datadmn.itsi.disa.mil/-dda > Using 845 authority via CECOM, the DITT seeks to engage commercial electronic document and records management software developers in a collaborative effort to prototype and test the system proposed in the Functional and System Use Cases for a Records Management Application. The purpose of this SOW is to contract for a Project Manager who will assist the government to select the commercial companies to build the prototypes, manage the process of the construction and development of the prototypes and write a final report. 3.0 TASKS: Task 3.1 Contractor shall advise and assist the DCT in their evaluations and decisions related to the BAA responses. Recommendations will be given to DCT as to awards to be made. The government will either select no respondents to the BAA or will select one or more of the responding commercial companies for award(s) to build a prototype that demonstrates some or all of the 16 Use Cases and 54 Functional Requirements. Task 3.2 Assuming Task 3.1.does result in one or more prototype contract(s), contractor shall advise and assist the DCT in managing the prototype contract(s), monitoring the prototype construction and documenting the results. At least one trip and possibly two to each prototyping site and to Fort Leavenworth will be required. If no such contract(s) are awarded for the prototype(s), then no further services will be required and the Government will incur no further liability to the contractor. Task 3.3 Assuming Task 3.1 does result in one or more prototype contract(s), the contractor shall participate and assist the DCT in developing the OO Modeling of A41, Process Record. This task shall include developing, drafting and publishing a report of the modeling outcome. 4.0 DELIVERABLES: 4.1 A selection matrix and decision package designed to assist the DCT in making the selection(s) of awardee(s) who will build a prototype. This deliverable is due 30 days from receipt of the BAA responses. 4.2 Monthly Reports that describe the progress of each commercial company awardee. 4.3. A Project Manager Final Report that references the 845 Prototyping companies final reports and provides lessons learned from the prototyping process, compares the prototypes from a functional perspective, and makes recommendations for future modeling and prototyping projects. This deliverable is due 30 days from completion of last prototype. 5.0 PERIOD 0F PERFORMANCE: 180 days from Date of Award. 6.0 STAFFING REQUIREMENT LIST OF QUALIFICATIONS: 6.1 At least 5 years experience with the DoD Integrated Definition (IDEF) model. 6.2 At least 3 years experience with Object Oriented (OO) modeling. 6.3 At least 10 years operational familiarity with modern electronic records management. 6.4 At least 10 years experience with the development, drafting, documentation of and evaluation of technology solutions against functional requirements. 6.5 At least 10 years expertise and operational familiarity with the DoD RM program. Proposals will be evaluated on the basis of actual experience and expertise in the areas described in 6.0 above with more experience/ expertise receiving higher ratings. This is the most important evaluation factor. Offeror's past performance will also be evaluated. These evaluations must include the name, address, phone number, and email address of the point of contact. Also, the contractor shall be available to begin work the week of 4 June 01. Price will also be considered but not evaluated. Each proposal must include pricing as listed above; validation of experience/expertise; past performance evaluations from previous similar projects within the last three years; and a statement of availability to begin work the week of 4 June 01. Each offer will also include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items; and 252.212-7000, Offeror Representations and Certifications -- Commercial Items. Each offer must include the company name, address, point of contact, phone number, fax number, email address, CAGE code, and DUNS number. The following provisions and clauses are applicable to this acquisition: FAR 52.212-1, Instructions to Offerors -- Commercial; 52.212-4, Contract Terms and Conditions -- Commercial Items; 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders -- Commercial Items; and DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executives Orders Applicable to Defense Acquisitions of Commercial Items. In addition, the following FAR and DFARS clauses, which are a part of 52.212-5 and 252.212-7001, are applicable to this acquisition: 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns; 52.219-8, Utilization of Small Business Concerns; 52.219-14, Limitations on Subcontracting; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era; 52.232-33, Payment by Electronic Funds Transfer -- Central Contractor Registration; 252.243-7002, Requests for Equitable Adjustment; 252.247-7023, Transportation of Supplies by Sea; 252.247-7024, Notification of Transportation of Supplies by Sea. Proposals are to be delivered to TRADOC Acquisition Center, 600 Thomas Avenue, Bldg 198, Room 301, Fort Leavenworth, KS 66027-1417, no later than 1 June 2001, 11:00 AM, Central Daylight Time.
- Record
- Loren Data Corp. 20010518/RSOL006.HTM (W-136 SN50M310)
| R - Professional, Administrative and Management Support Services Index
|
Issue Index |
Created on May 16, 2001 by Loren Data Corp. --
info@ld.com
|
|
|
|