Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 31, 2002 FBO #0180
SPECIAL NOTICE

99 -- ADP Services: Principal/Lead Functional Specialist

Notice Date
5/29/2002
 
Notice Type
Special Notice
 
Contracting Office
US Army Robert Morris Acquisition Center, ATTN: AMSSB-ACN-S, Natick Contracting Division (R&D and BaseOPS), Building 1, Kansas Street, Natick, MA 01760-5011
 
ZIP Code
01760-5011
 
Solicitation Number
USA-SNOTE-020529-001
 
Archive Date
7/28/2002
 
Description
NA The US Army Robert Morris Acquisition Center, Natick Contracting Division, has a requirement for a Principal/Lead Functional Specialist for the management, coordination, and execution of the total system automation such as, contract planning and award, and contract administration. This is a combined synopsis and solicitation for commercial items prepared in accordance with a format in Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. Th is announcement constitutes the only solicitation for this requirement; proposals are being requested and a written quotation will not be issued. The solicitation number for this acquisition is W91A2K-2148-2008. This document incorporates provisions and clauses in effect through Federal Acquisition Circular 97-25. This acquisition is a one hundred percent (100%) Small Business Set-Aside. The North American Industry Classification System (NAICS) code is 514210. The Standard Industrial Classification (SI C) Code is 7389 and the Small Business Size Standard is $5.0 million. The Government anticipates awarding one (1) firm-fixed-price purchase order utilizing simplified acquisition procedures in accordance with FAR Subpart 13.5--Test Program for Certain Com mercial Items. Line Item 0001Principal/Lead Functional Specialist for support in accordance with the requirements in the Statement of Work (SOW) shown below, 12 months (18 June 2002 through 17 June 2003); and Line Item 0002 Option Year 1, 12-months (18 Ju ne 2003 through 17 June 2004); and Line Item 0003 Option Year 2, 12-months (18 June 2004 through 17 June 2005). All services are to be performed on-site at the U.S. Army Robert Morris Acquisition Center, Natick Contracting Division, located at the U.S. Ar my Soldier Systems Center, Kansas Street, Natick, MA. The provision at FAR 52.212-1, Instructions to Offerors - Commercial applies with addendum to include the following: Offerors shall hold the prices in its offer firm for 60 days. Services shall be F. O.B. Destination and inspection and acceptance shall be at destination by the cognizant receiving authority. Offerors shall provide technical capability literature/information (to include any Government certifications) in accordance with FAR 52.212-1(4) a nd past performance information in accordance with FAR 52.212-1(b)(1). Submitted information shall be no more than two (2) typed 10 x 8 pages. Offerors shall provide a completed copy of each of the representations and certifications in provisions FAR 52. 212-3 and DFARS 252-212-7000 with their offer. Offerors shall submit in the following order: one (1) copy of their offered prices, supporting information/literature and certifications as discussed above. The provision at 52.212-2, Evaluation of Commerci al Item applies with addendum as follows: This is a best value acquisition. Award my not necessarily be made to the lowest priced offer. Evaluation will be in accordance with simplified acquisition procedures in FAR Part 13. The following areas in desc ending order of importance will be evaluated: Technical, Past Performance, and Price. TECHNICAL AREA: The Offeror's technical capability will be evaluated based on literature/information submitted as to meeting the requirements in the SOW below. Any ce rtifications shall be listed to include Government Training. PAST FORMANCE AREA: The offeror's past performance with Government and Commercial customers in the same or similar work in the statement of work below will be evaluated. PRICE AREA: Price wil l be evaluated on the total offered price to include the price of the option year. The following FAR clauses and provisions also apply: 52.212-3(completed); 52.212-4; 52.212-5 to include 52.219-14, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-37, 5 2.222-41, 52.222-42; 52.252-1; and 52.252-2. The following Department of Defense FAR Supplement (DFARS) clauses and provisions apply: 252.204-7004, and 252.212 -7000, and 252.223-7004. The full text version of these provisions and clauses may be located at http://farsite.hill.af.mil. This synopsis/solicitation my also be viewed on the US Army Robert Morris Acquisition Center - Natick Homepage, at https://www3.n atick.army.mil. Questions concerning this combined synopsis/solicitation can be directed to Ms. Roberta Boswell, Contract Specialist, at Roberta.Boswell@natick.army.mil. All quotations must be received (facsimile quotes will be accepted) via mail no late r than 7 June 2002 at 3:30 p.m. local time. All Department of Defense (DoD) procurement organizations were mandated to have a paperless contracting process implemented no later than 1 January 2000, per the Undersecretary of Defense (Acquisition and Techno logy). Through innovative approaches this was accomplished, however, with the latest in technology improvement the Natick Contracting Division must continue to upgrade and improve its various automated systems and validate the total contracting process wi th each upgrade. The introduction of the Command Commodity Standard System/ Procurement and Data Distribution System (CCSS/PADDS)and increased workforce into the Natick Contracting Division mission required an integrated Systems Automation Team to manage the systems and functional requirements of the Acquisition Business Area. As a result the services of a knowledgeable support contractor to supplement the Government?s System Automation Acquisition operation has been identified. The introduction of the Procurement Desktop Defense (PD2) also required additional systems management and functional requirements by the Systems Automation Team. Additionally, the addition of Contract Automated Payment System (CAPS), Corps of Engineers Financial Management Syste m (CEFMS), Electronic Data Access (EDA), Electronic Data Interchange (EDI), Army Single Face to Industry (ASFI), and Federal Procurement Data System (FPDS) as interfaces to PD2 also created additional systems management and functional requirements. The Wh olesale Logistics Modernization Program (WLMP) is scheduled for implementation at SBCCOM during late fiscal year (FY) 03 or early FY 04. WLMP will replace CCSS and require establishment of interfaces from PADDS and eventually PD2 to the replacement system . This will create major systems management and functional requirement changes, the requirement for training support to acquisition personnel, and technical interface coordination. STATEMENT OF WORK: This order requires the services of a Contractor to s upport the Natick Contracting Division. The Contractor shall perform all necessary functions required to support NCD, such as but not limited to, maintaining the processes and functionality of those systems identified and shall continue to ensure the imp lementation of and improvement of an end-to-end paperless acquisition process, and provide recommendations on Business Process Reengineering in relationship to systems automation. The Contractor shall provide personnel with appropriate education, backgro und, and experience to maintain and develop enhancements to and maintain the current unique systems applicable to the Acquisition Business Area. Contractor personnel will work in conjunction with Government personnel in support of the same acquisition fun ctions. The Contractor shall analyze current Natick Contracting Division functions and operations that are supported by Standard and Unique Software Applications and perform functional interface with the software programmers to resolve problems, improve current capabilities, and develop new solutions. The Contractor shall modify existing software applications to improve functionality, maintain the database tables for accessibility and functionality to meet new requirements. The Contractor shall perform analysis for projects, coordinate with Information Management Directorate (IMD) for UNIX database administration, as necessary, from information provided by app lication users, and perform ad hoc and unique queries as required. The Contractor shall provide user help desk services and provide training for all Natick Contracting Division users of acquisition Standard and Unique Software Systems, such as but not lim ited to, PADDS, PD2 and the Acquisition Web Page. The Contractor shall analyze the Natick Contracting Division?s requirements for outputs from the CCSS standard and unique applications. The Contractor shall analyze the output from these CCSS runs for con formance to requirements, distribute them to the functional users, and perform trend analysis and prepare Acquisition Performance Reports for review. The Contractor shall perform daily operational checks of PADDS/CCSS, transmitting released solicitation a nd contract data as required, maintaining the system configuration as upgraded versions and improvements of PADDS are issued, establish user profiles, maintain the FAR/DFAR library system, resolve system interface problems as required, assist users when pr oblems occur, and participate as required in the regularly scheduled production meetings conducted by the Integrated Material Management Center (IMMC) Logistic Business Office. The Contractor shall provide required support for the continued upgrade and ma intenance of the Acquisition Web Page and Electronic Commerce initiatives; The Contractor shall provide required support for the end-to-end paperless contracting initiative. In addition to Natick, MA, the contractor may be required to provide support of t he implementation of SPS/PD2 at other Robert Morris Acquisition Center (RMAC) sites as required, such as White Sands Missle Range, NM; Research Triangle Park, NC; Yuma, AZ; Denver: Commerce City, CO; Dugway: Dugway, UT; Pine Bluff: Pine Bluff, AR; Edgewood , Aberdeen, MD; Adelphi: Adelphi, MD. GOVERNMENT FURNISHED SUPPLIES, SERVICES AND INFORMATION: The Government shall make available all documents, publications, directives, and regulations, to include drafts, necessary to accomplish this order. The Gover nment shall make available for use of necessary on-site office space, desks/modules, chairs, telephones, typewriters, computers, Intel terminals, printers, reproduction equipment, and any specialized equipment necessary to perform this order. Such access and usage will be arranged through the Chief, Natick Contracting Division. Computers will be equivalent to a Pentium 500 MHz or higher with a memory of at least 128 MB, internal 31/2 inch disk drive, hard drive of at least 10 GB, sound card, email capable , attached to a network and capable of interfacing with the local tier one and two systems. The computers will be capable of multi-use applications that will allow access to the CCSS and Defense Acquisition Database. Software will be authorized PC softwa re, including Microsoft Office or SBCCOM equivalent, diagnostics, virus, internet/mosaic, and laser printer connections. The Government shall make available access to Government systems required to perform this contract. Entry to these systems will be co ntrolled by the issuance of passwords and user identification codes. The Contractor shall require those controlling elements from the Systems Automation Team Leader. The Government shall make available access to facilities/personnel at SBCCOM, Army Mater iel Command (AMC) Headquarters, AMC?s Major Subordinate Commands (MSCs) and all of their military installations, and any contractor or other locations necessary to accomplish this contract. The Government shall provide all the necessary training as it rel ates to Government unique systems/applications that will be required by the Contractor in performing these tasks, except as specified in paragraph 6.0 below as basic technical knowledge. All requests for training will be arranged through the Chief, Natick Contracting Division or her delegated alternate. TRAINING: In support of the Description of Work, as described in paragraph 4.0, the Contractor shall be requ ired to attend some training sessions and programs. The Government will either directly perform the training or provide funding to obtain the training from a non-government source. Since there is little formal institutional training available on performi ng acquisition within the CCSS or SPS systems, most of this training will be obtained informally as learned thru on the job, or from functional systems administrators at other MSC locations. The Contractor will be required to identify the unique training required and schedule such training in coordination with the Chief, Natick Contracting Division or her delegated alternate. Contractor personnel will require the same technical and professional development instruction as their Government counterparts; but must have basic technical knowledge to perform assigned tasks. TRAVEL: In support of the Description of Work, as described in paragraph 4.0, and Training, as described in paragraph 6.0, the Contractor shall be required to travel. Travel destinations/dates will be determined over time, however, as a minimum, destinations will include Headquarters, AMC and AMC?s Major Subordinate Commands. Trips will be for coordination of programs such as PADDS, SPS, WLMP, and attending special conferences on Electronic Commerce. The average trip will last 2 to 4 days and consist of one pers on. The Contractor shall secure approval from the Chief, Natick Contracting Division or her delegated alternate prior to the performance of any travel. SECURITY: The Contractor shall provide security to a level necessary to meet the requirements of this order. The Contractor?s work effort shall not exceed a classification of ?SECRET. PERIOD OF PERFORMANCE: Contract performance shall be for a period of twelve (12) months with two (1) one year options. LOCATION OF SERVICES: The Contractor will be required to perform services as specified in paragraph 4.0 on-site, at the Soldier Systems Center complex. Due to the high level of technical interface required between the Government and the Contractor, the Contractor personnel wil l be collocated with their Government counterparts. PROCUREMENT INTEGRITY AND ORGANIZATION ? CONFLICTS OF INTEREST: Contractor personnel are neither required nor authorized access to source selection or proprietary information as those terms are defined in Federal Acquisition Regulation (FAR) 3.104-3). Should technical assistance involving such information be required on a particular contract action, Contractor personnel will be barred from competing on the resulting contract. See Note 1.
 
Web Link
https://www3.natick.army.mil
(https://www3.natick.army.mil)
 
Record
SN00084727-W 20020531/020529213302 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.